Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
MODIFICATION

66 -- Solid State Nanosecond, Pulsed Laser

Notice Date
5/16/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-07-RQ-0199
 
Response Due
5/30/2007
 
Archive Date
6/14/2007
 
Point of Contact
Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Todd Hill, Contracting Officer, Phone 301-975-8802, Fax null,
 
E-Mail Address
Jennifer.Roderick@nist.gov, todd.hill@nist.gov
 
Description
This hereby amends Solicitation Number SB1341-07-RQ-0199 to delete and replace as follows: 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 PROCEDURES 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) 2005-16. *** 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 a Solid State Nanosecond, Pulsed Laser to be used in the Semiconductor Electronics Division at NIST, Gaithersburg, MD. *** Background: NIST desires to purchase a solid state (Nd-YAG or YLF) nanosecond, pulsed laser producing nominally 355 nm light appropriate for pumping a tunable solid-state optical parametric amplifier. Additionally, the laser must produce 1064 nm and 532 nm light appropriate for transient photoconductivity experiments. Harmonic generation and separation components are to be compatible with Optical Parametric Oscillator (OPO) pumping. NIST requests as optional items a tunable solid-state optical parametric amplifier compatible with the pulsed laser covering the nominal wavelength range of 2400 nm to 420 nm, and a UV extension (harmonic generator) for said OPO to extend the range from 420 nm to 220 nm. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Solid State Nanosecond, Pulsed Laser *** The Government will consider new or refurbished equipment. *** Contractor shall meet or exceed the following required specifications: Pulsed Laser Optical performance * Repetition rate: 10 Hz * Pulse energy: 500 mJ 1064 nm; 210 mJ 532 nm; 135 mJ 355 nm * Pulse stability (355 nm): plus/minus 4 percent pk-pk, 99 percent of pulses over 1 hour after 15 minute warm-up * Long term drift: plus/minus 6 percent, over 8 hours (plus/minus 3C) * Mode structure: near Gaussian far field * Beam divergence: 0.6 mrad * Beam diameter: approximately 6 mm * Beam ellipticity: less than 10 percent * Pointing stability: plus/minus 50 uradians * Polarization (355 nm): linear greater than 100 to 1 * Pulse duration (355 nm): less than 7 ns Utility and Environmental Requirements * System shall be capable of operating on 60 Hz, 208 VAC drawing no more than 15 A * Power supply shall be remote from the optical head * Footprint of laser head not to exceed 2000 cm squared * Umbilical between power supply and head shall be at least 3 m long * The vendor shall provide all necessary electrical and mechanical (water and compressed air) connections for installation of the system. The vendor shall provide all necessary facilities conditioning (secondary water chillers, air dryers/filters, etc.) necessary for stable operation of the system. * The system shall be warranted for a minimum of one year (at least 90 days on optical components). Within the warranty period, on site support shall be provided within 5 working days of notification of problem. Option Line Item 0002: One (1) Each, Optical Parametric Oscillator (OPO) *** The Government will consider new or refurbished equipment. *** Contractor shall meet or exceed the following required specifications: OPO Specifications (when pumped by lasers required under Line Item 0001) * tuning range: 420 nm-2400 nm * w/ UV option: 210 nm-2400 nm * Resolution: better than 10 1/cm * Repetition rate: 10 Hz * Pulse energy: greater than 10 mJ 420 nm-690 nm; greater than 1 mJ 710 nm-2000 nm * Pulse energy (UV): greater than 1 mJ 220-320 nm; greater than 0.5 mJ 320-420 nm * Pulse stability: plus/minus 10 percent pk-pk 99 percent of pulses over 10 minutes * Long term drift: plus/minus 1 percent pk-pk over 1 hour after 1 hour warm-up * Mode structure: near Gaussian * Beam divergence: less than 2 mrad (both axes)) * Beam ellipticity: less than 20 percent * Pointing stability: less than 100 uradians * Polarization: linear greater than 100 to 1 * Frequency stability: less than 1 1/cm (over 10 min) * Wavelength drift: less than 1 (1/cm)/(deg. C) Utility and Environmental Requirements * System shall be fully controllable by NIST provided computer. Lab View software preferred. * System shall be capable of operating on 60 Hz, 110 VAC drawing no more than 15 A * Footprint of laser and OPO not to exceed 4000 cm x cm * The vendor shall provide all necessary electrical and mechanical (water and compressed air) connections for installation of the system. The vendor shall provide all necessary facilities conditioning (secondary water chillers, air dryers/filters, etc.) necessary for stable operation of the system. * The system shall be warranted for a minimum of one year (at least 90 days on optical components). Within the warranty period, on site support shall be provided within 5 working days of notification of problem. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to Price. Award shall be made on a best value basis. Stronger consideration will be given to Contractors whose quoted delivery lead time is twelve (12) weeks or less after receipt of order. ****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. Quoters shall provide a list of at least three (3) 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. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar lasers. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each proposal must include appropriate documentation. The vendor shall provide information on past experience for each line item as follows: Pulsed Laser Optical Unit (Line Item 0001) * Vendor shall have placed a minimum of 10 comparable units in the field in the last 24 months. * Vendor shall be able to provide a minimum of 4 references to comparable units placed in the continental United States. * Vendor shall demonstrate the OPO pumping ability of the laser with performance data from either the open literature or in-house tests. OPO (Option Line Item 0002) * Vendor shall have placed a minimum of 5 comparable OPO units in the field in the last 24 months. * Vendor shall be able to provide a minimum of 3 references to comparable OPO units placed in the continental United States. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.217-5 Evaluation of Options 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans; (24) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ 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. 52.217-7, Option for Increased Quantity ? Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) year. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) ***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; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30:00 PM local time, on May 29, 2007 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 shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall 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 shall 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 shall 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. Emailed quotes will be accepted. *** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-07-RQ-0199/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01296338-F 20070518/070516222341 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.