Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

66 -- Micromirror Array Projector System Engine

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-05-Q-0651
 
Response Due
6/7/2005
 
Archive Date
6/22/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST), Optical Technology Division, has a requirement for a Micromirror Array Projector System Engine. This equipment will allow users to supply their own light source to project with the mirrors to the sensor under test. NEW OR USED EQUIPMENT IS ACCEPTABLE PURSUANT TO THE REQUIREMENTS OF THIS SOLICITATION. For the purposes of this solicitation, ?used? means having been operated previously ? not refurbished or remanufactured. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Micromirror Array Projector System Engine meeting all of the following required specifications: 1. Must include an 800 x 600 array of aluminum micromirrors packaged in an integrated circuit with a window to protect the tiny mirrors and allowing users to supply their own light source and projection optics; 2. The mirrors should be on a 17 micron pitch along both directions in the array; 3. Each mirror must be able to be individually electronically addressed and made to tilt relative to its powered off state. Upon power-up, there must be two states for each mirror: +10 degrees and ?10 degrees; 4. An associated computer-interfaced micromirror drive, control, and support electronics package must be included. These electronics are to enable a binary image file to be loaded into the DMD array which specifies, at any given time, which mirrors are in the plus 10 degrees state and which are in the minus 10 degrees state. Also, these electronics must implement pulse-width modulation control for any mirror in the array to enable a time-averaged grey scale to be achieved. The computer interface should use a standard interface such as DV. The computer is not a part of this solicitation; 5. The switching time for any given mirror must be less than 20 microseconds. 6. 100% of the mirrors must be operational; 7. The optical fill factor must be at least 85%; 8. The micromirror array must be able to be illuminated continuously during use with an optical irradiance level of 10 Watts per square centimeter without damage; 9. The window must be coated on both sides with an anti-reflectance coating such that it transmits greater than 90% of incident infrared light over the entire wavelength range of 3 microns to 12 microns. Transmittance outside of this spectral range is certainly allowable, but not required; 10. Software compatible with Windows 2000 must be provided for the drive, control, and support electronics; 11. A user manual must be provided, in paper form or on a CD. Upon delivery, the unit shall undergo a two (2) week testing period. Equipment must be 100% operational. In the event the equipment is not 100% operational, and/or it does not satisfy the requirements described herein, the Government may deem it unacceptable and cancel the purchase order. Cancellation of the purchase order due to failure to deliver technically acceptable equipment will not constitute a termination for the convenience by the Government. Any costs expended by the contractor up to the cancellation, including return shipping charges, are at the contractor?s risk and will not be reimbursed by the Government. If the equipment provided does not satisfy the requirements, the Government may elect not to cancel the purchase order, and to work with the contractor to identify a material that will satisfy the requirements. This decision is at the discretion of the Government. Delivery shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery must be completed not later than three (3) months after receipt of the order. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by an evaluation of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Evaluation shall be conducted on the information provided in the quotation. Quoters shall include sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and; (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses line item 0001; (2) Two (2) originals of technical description and/or product literature. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 p.m. local time on June 7, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00816086-W 20050528/050526211726 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.