Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

66 -- Laser

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0837
 
Response Due
8/5/2005
 
Archive Date
8/20/2005
 
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 05-04. 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 & Technology, Polymers Division, has a requirement for a Titanium Sapphire (Ti:Saph) Laser. The laser shall be part of an experimental setup for measuring fast dynamics of proteins in biopreservation glasses. The laser will be used to create a super-continuum spectral output from an approximate 1mm length of single-mode telecom optical fiber. This requirement sets a minimum peak power for the laser pulses. Also, the work NIST will be doing requires a high degree of reproducibility in obtained vibrational spectra and is critically sensitive to laser noise. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Titanium Sapphire Laser meeting all of the following required specifications: 1. The laser must meet the following specifications when pumped with 5 watts of 532 nm light exhibiting less than 0.04% RMS intensity fluctuations over a bandwidth of (10 Hz to 1 GHz): a. Pulse energy must be greater than or equal to 30 nJ at rep rate of up to 2 MHz; b. Pulse bandwidth must be greater than or equal to 65 nm, capable of supporting sub-15 fs pulses when the laser is tuned between 770 and 810 nm. c. Intensity jitter must be less than or equal to 3 percent peak-to-peak. 2. Beam divergence must be less than or equal to 1 mrad; 3. Output beam must be Gaussian, with M2 parameters of less than or equal to 1.3 in X and Y. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation for all equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn key start-up, removal of trash, and demonstration of specifications. LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate training for three (3) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. 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, installation, and training must be completed not later than 12 weeks after receipt of the order. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: Technical Capability factor "Meeting or Exceeding the Requirement," Past Performance and Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. When evaluating technical capability, preference shall be given to Peak Power (higher is preferred), Noise (less is preferred), Repetition Rate (higher is preferred), Mode Quality (smaller M2 value is preferred), and possibility of pumping the laser with greater than 5 watts of 532 nm pump light (ability to pump at > 5 W is preferred). Past Performance evaluation shall be conducted to determine the overall quality of the products and services provided by the Contractor. Evaluation of Past Performance shall be based on information provided by references and/or the Contractor's recent and relevant procurement history with NIST or its? affiliates. Offerors without relevant past performance shall not be evaluated favorably or unfavorably. 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); (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) A quotation which addresses all line items and all technical evaluation criteria; (2) Technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. THE SUCCESSFUL QUOTER IS REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION PRIOR TO AWARD. REFERENCE WWW.CCR.GOV FOR INSTRUCTIONS. Submission must be received by 3:00 p.m. local time on August 5, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00854583-W 20050728/050726211816 (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.