Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

66 -- Hexagonal Spatial Light Modular

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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-0950
 
Response Due
8/29/2005
 
Archive Date
9/13/2005
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor?s may submit a quotation. *** *** The National Institute of Standards and Technology is seeking to purchase One (1) Hexagonal Spatial Light Modulator.*** All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Hexagonal Spatial Light Modulator which shall meet the following required equipment specifications: (1) Modulate light so that each pixel independently generates linearly-polarized light at a specified, programmable angle when un-polarized light is incident upon the device; (2) Generate linear polarization over the range of 0 deg to 180 deg with a polarization purity of better than 100:1 for incident angels within 5 deg of normal incidence; (3) Operate in transmission mode; (4) Shall have a two-dimensional array of pixels; (5) Shall have pixels configured to fill an approximately circular region of diameter 12 mm; (6) Shall have at least 127 pixels; (7) Shall have a fill-factor (fraction of areas not covered by active pixels) of better than 95 percent; (8) Shall operate with 546 nm light; (9) Shall have a substrate having better than quarter-wave wave-front distortion and a surface quality of 40-20 scratch and dig or better; (10) Shall have antireflection coatings applied to all surfaces, so that the reflectance is less than 0.5 percent, and (11) Shall be encased in a package or housing that prevents damage to the device under normal handling. Note: To satisfy requirement (1) above, the device may require an additional linear polarizer and/or quarter-wave retarder. If so, these optical elements shall be included in the acquisition but shall not be physically attached to the device. *** The Contractor shall state the warranty coverage provided for the instrumentation. *** ****Delivery shall be provided no later than 8 weeks after receipt of an order and 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** *** Award shall be made to the quoter whose quote offers the best value to the Government. Technical Capability, Past Performance, and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirements," 2) Past Performance and 3) Price. Technical capability, and Past Performance shall be considered more important than Price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets the specifications identified herein. Evaluation of Past Performance will be based on the information received from references provided. Past Performance shall evaluate the overall quality of the product & service provided by the Contractor. *** 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: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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: (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) (ii) 52.225-3 Buy American Act North American Free Trade Agreement-Israeli Trade Act with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases 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 all line items; 2) Two (2) copies of 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) For the purpose of evaluating Past Performance, quoters shall provide a list of three (3) references (references within the United States preferred) to whom identical or similar products have been sold. Company name, Point of Contact, Telephone number & e-mail address must be provided for each reference. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received by 3:00 p.m. local time on August 29, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, MD.
Zip Code: 20899
Country: USA
 
Record
SN00873484-W 20050820/050818211910 (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.