Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

66 -- A 12

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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
SB1341-06-Q-0513
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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) 2005-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This requirement is a non-restricted requirement. Therefore, any interested vendor may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a wedged transmission flat 300-mm aperture Fizeau configuration of the NIST XCALIBIR interferometer. All interested offerors shall provide a quote for the following: NIST desires to purchase a requirement for a wedged transmission flat, 300-mm aperture Fizeau configuration of the NIST XCALIBIR interferometer with the following specifications: 1. Material: the flat shall be made from Zerodur glass-ceramic or fused silica glass. 2. The diameter of the flat shall be 325 mm plus or minus 0.1 mm. 3. The clear aperture (CA) of the flat shall be 300 mm plus or minus 0.1 mm. 4. One of the flat surfaces shall be square (at 90 degree right angle) with the side of the flat - this surface is the test surface. The wedge angle between the test surface and the "back" surface shall be 0.35 degrees plus or minus 2 arc minutes. 5. The flat shall be 64 mm plus or minus 0.3 mm thick at the thickest point of the flat. 6. The side of the flat shall be polished. 7. All edges shall be beveled at 45 degrees and polished with a face width of 2 mm plus or minus 0.25 mm. 8. The flatness error of the flat's test surface shall be 2 nm rms or better. 9. The flatness error of the flat's "back" surface shall not exceed 10 nm rms. 11. The flat is to be supplied to NIST unmounted. 12. The Scratch/Dig Specification for the test and back surfaces is 60/40 or better. 13. Full-aperture interferometric test data for the finished test and back surfaces must be supplied with the flat. Additional Requirements: 1. Bids will not be accepted containing refurbished parts. 2. Delivery time: We are flexible with the delivery time, but would expect delivery time to be in the range of six months or less. 3. Warranties: We are flexible with the warranty, but would expect the typical industry standard warranty of parts and labor for one year. 4. FOB DeLivery Destination. ATTACHMENTS None. Award will be made to the Offeror whose proposal offers the lowest price, technically acceptable proposal. 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: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; 52.225-13, Restrictions on Certain Foreign Purchases; 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 http://acquisition.gov/far/index.html. All vendors shall submit the following: 1) An original and three (3) copies of a proposal which addresses the requested items; and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at http://acquisition.gov/far/index.html. All proposals must be received not later than 3:30 PM local time, on July 14, 2006 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Al Petto. 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 301-975-6321. 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 proposals will not be accepted.
 
Place of Performance
Address: 100 Bureau Drive,, Shipping & Receiving, Building 301,, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN01082169-W 20060705/060703220110 (fbodaily.com)
 
Source
FedBizOpps 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.