Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

66 -- Laser Oscillator

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB847000500084MAS
 
Response Due
5/4/2005
 
Archive Date
5/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NB847000500084MAS. The solicitation incorporates provisions and clauses in the Federal Acquisition Circular 2001-27. The proposed contract is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334513 and the small business size standard is 500 employees. The U.S. Department of Commerce, National Institute of Standards & Technology (NIST), Ion Storage Group has a requirement for a laser oscillator. This unit will be used to conduct research on laser-cooled, stored ions toward the development of the next generation of frequency and time standards. The goal is to develop and evaluate an optical frequency and time standard (clock) based on a narrow transition at 267 nm in a single, laser-cooled A1 plus ion. Critical specifications are as follows: 1) Wavelength: 1069.718 nm; 2) Output Power: 2 watt; 3) Longitudinal Mode: single frequency; 4) Wavelength Accuracy: 50 MHz; 5) Spectral Line Width: less than 50kHz; 6) Relative Intensity Noise (RIN) @ Peak ~ 1 MHz: less than -100dB/ Hz; 7) Relative Intensity Noise (RIN) greater than 50 MHz: shot noise limited; 8) Signal to ASE Noise Ratio (50 pm, bandwidth): greater than 55 dB; 9) Polarization Extinction Ratio (PER): greater than 20 dB; 10) Tuning Range (Thermal): greater than 20 GHz; 11) Fast Frequency Modulation Range: plus or minus 100 MHz; 12) Modulation Speed: up to 10 kHz; 13) Power Stability: plus or minus 1 percent; and 14) Connectors: FC/APC. Technical questions must be submitted in writing to the Contracting Officer by fax or by email. You may submit your proposal by email, fax, or by mail. Proposal must be received on or before close of business May 4, 2005. Please include delivery schedule, business size, and Dun and Bradstreet Number. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered (delivery schedule); FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ and agency level protest procedures can be found on at http://www.acqnet.gov/far/current/html/Subpart_33_1.html#1046527.Anticipated award date will be May 10, 2005.
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards & Technology (NIST), 325 Broadway, Boulder, Colorado
Zip Code: 80305
Country: USA
 
Record
SN00784167-W 20050409/050407211845 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.