Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

66 -- AR+ LASER SYSTEM

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device 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-0593
 
Response Due
8/25/2006
 
Archive Date
8/28/2006
 
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) 2005-12.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 500 employees. This requirement is being competed on an unrestricted basis. Therefore, all responsible businesses may submit a quote.*** *** The National Institute of Standards and Technology is seeking to purchase a 7W all-lines visible (458-514nm), 1 W all lines UV (333-364nm) AR+ laser system. ***The contract line item (CLIN) for this procurement is: CLIN 0001: 7W all-lines visible (458-514nm), 1 W all lines UV (333-364nm) AR+ laser system, includes laser head with actively stabilized beam positioning system, ultra-compact, switched resistor power supply and full-function hand-held remote control, Quantity: 1, Each, which shall meet or exceed the required specifications. SPECIFICATIONS: The specifications for the Ar+ laser system are as follows: 1. Output power must be no less than 7 W all-lines Visible (458-514 nm). 2. Output power must be no less than 1 W all-lines UV (333-364 nm). 3. Output power must be no less than 0.19 W single line at 465.8 nm. 4. Output power must be no less than 0.15 W single line at 454.5 nm. 5. Output power must be no less than 0.45 W single line at 457.9 nm. 6. Output power must be no less than 0.77 W single line at 476.5 nm. 7. Output power must be no less than 1.9 W single line at 488 nm. 8. Output power must be no less than 0.77 W single line at 496.5 nm. 9. Output power must be no less than 0.51 W single line at 501.7 nm. 10. Output power must be no less than 2.6 W single line at 514.5 nm. 11. Output power must be no less than 0.45 W single line at 528.7 nm. 12. Pointing stability: 5 urad/deg. C or better. 13. Power stability: less than 1% deviations. 14. Amplitude noise less that 0.15% rms measured over 10Hz to 2 MHz. 15. Beam divergence not more than 0.45 mrad. 16. Beam diameter at 1/e points not more than 1.7 mm. 17. Customer convertible optics for UV and visible. 18. Frequency jitter no more than 10 MHz. 19. Vertical output polarization no less than 100:1. 20. Warranty, parts and labor, at least 1 year. EVALUATION FACTORS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Past performance information for similar contracts/orders completed within the past 3 years 3. Evaluated Price for CLIN 0001 Non-price factors 1 and 2 above are equally important and, when combined, are roughly equal to Factor 3. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.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.*** ***The following clauses apply to this acquisition: Instructions to Offerors-Commercial Items; 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3, Alternate II Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases, (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and (35) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. 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. *** ***EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11). The Contractor shall also state the warranty coverage provided for the instrumentation in their quotation. See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically.*** The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE, DISTINCT DOCUMENT FROM THE REMAINDER OF THE QUOTATION. Product samples are NOT required to be submitted with the quotation. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to Robin.Jeffries@nist.gov, with a courtesy copy to Albert.Petto@nist.gov. Quotations must be received at those email addresses no later than 3:30:00 p.m. Eastern Time on August 25, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to Robin.Jeffries@nist.gov, with a courtesy copy to Albert.Petto@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within seven days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offeror
 
Record
SN01109946-W 20060811/060809220429 (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.