Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

66 -- Scientific-Grade CCD Camera and f/4 Spectrograph

Notice Date
8/3/2005
 
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-0895
 
Response Due
8/18/2005
 
Archive Date
9/2/2005
 
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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Scientific-Grade CCD Camera and f/4 Spectrograph to be used in the Surface and Microanalysis Science Division at NIST, Gaithersburg, MD. *** BACKGROUND The National Institute of Standards and Technology intends to acquire a scientific-grade CCD camera and f/4 imaging spectrograph to perform: 1) thin-film Raman spectroscopy studies at 532 nm and 785 nm excitation 2) nonlinear vibrational spectroscopy of thin films (SFG, CARS: 630 nm ? 800 nm) and 3) 532 and 488 nm excited photoluminescence studies of thin films. It is essential that the camera and spectrograph be compatible with existing software (Princeton Instruments, WinSpec) and hardware (Acton, SP-750 spectrograph). ***All interested Offerors shall provide a quote for the following line items: Line Item 0001: One (1) each, Scientific-Grade CCD Camera The camera shall meet or exceed the following specifications Camera system Sensor type: back-illuminated, deep-depletion CCD Surface treatment: etalon-reducing surface modification Sensor active area: 26.8 x 2.0 mm Pixel size: 20 x 20 microns square (see preceding resolution specification, implies active area and pixel size imply 1340 horizontal elements) significantly smaller (less signal), or larger (poorer resolution) pixels are not acceptable Vertical resolution elements: 100 (less than or equal to 100 for rapid acquisition) Quantum efficiency: peak greater than or equal to 85 percent at 800 nm; greater than or equal to 15 percent from 450 - 1050 nm at -100 degrees C System read noise guaranteed: less than 3 electrons rms at 100 kHz digitization Dark current guaranteed less than 0.01 electron/pixel/s at - 100 degrees C 16-bit dual speed 100 kHz digitizer (100 kHz, 1 MHz) Low noise (1 to 4) e-/bit and high capacity (4 to 16) e-/bit output modes available. Three software selectable gain states for each output mode: (1/2X, 1X, 2X) Spectrometric full-well capacity: greater than or equal to 250,000 e- (greater than or equal to 800,000 e- high capacity mode) Non-linearity: less than 2 percent over 16-bit dynamic range Spectral rate: 65 Hz at 100 kHz, 390 Hz at 1 MHz with full vertical binning TTL external trigger input (sync) External shutter driver output TTL monitor for readout and shutter 8 programmable TTL inputs and 8 programmable TTL outputs Wedged quartz window with anti-reflection coating ?both sides? optimized for NIR Temperature controlled, TE-cooled head Temperature control regulated between -70 degrees and -100 degrees C to +/- 0.05 degrees C Guaranteed cooling temperature of -100C with only air-cooling of TE elements PCI high-speed serial interface card with drivers for Windows 95, 98, NT and Windows 2000, Windows XP. Princeton Instruments Winspec /32 Windows software for camera control, data acquisition, analysis and display to assure 100% compatibility with WinSpec macro language (Add-Ins, written and register with MS VB or MS VBA; these macros have been engineered at NIST to allow synchronized data acquisition, data transfer and microscope scanning control). Line Item 0002: One (1) each, f/4 Spectrograph. The spectrograph shall meet or exceed the following specifications: Spectrograph Single slit input, single focal plane output 27 mm wide x 14 mm high focal plane Optimized for imaging (Czerny-Turner with aspheric mirrors, or equivalent) Bilateral input slit, adjustable from 10 m to 3 mm, 4 mm height f/4 aperture ratio 1./cm dispersion per pixel at 633 nm with 1200 groove/mm grating (2.1 nm/mm dispersion and 20 micron pixel) Motorized interchangeable triple grating turret Gratings: pin-compatible with existing Acton, SP-750 spectrograph 68 mm x 68 mm, 150 G/mm grating blazed at 800 nm for PL 68 mm x 68 mm, 1200 G/mm grating blazed at 500 nm for 532 Raman 68 mm x 84 mm, 1200 G/mm grating blazed at 750 nm for 785 Raman Adjustable mounting flange for camera to spectrograph to optimize imaging performance Electronic spectrograph entrance shutter with 15 ms minimum open time, 10 Hz repetition rate. Located behind entrance slit for compatibility with fiber inputs. Computer controlled via USB, compatible with Princeton Instrument WinSpec/32 software. Warrantee Full one year parts and labor (return to vendor). Extendable anytime during the first year. Acceptance Vendor will provide a system test report confirming: system gain, read noise, dark current, linearity, and well-depth (low noise and high capacity modes). NIST will be allowed 14 days to confirm guaranteed performance with respect to read noise and dark current (at -100C) prior to acceptance. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 4) Price. Technical Capability and Past Performance, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Offerors shall provide a list of at least FIVE (5) REFERENCES to whom the same or similar products have been sold. 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. ***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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, 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: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 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 clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. *** ***All quotes must be received not later than 3:30 PM local time, on August 18, 2005 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN00861166-W 20050805/050803211822 (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.