Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

66 -- Optical Mechanical Components

Notice Date
6/27/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0266
 
Response Due
7/11/2007
 
Archive Date
7/26/2007
 
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) 2005-17.*** *** 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 Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase various D&L Business Canada LTC. Optical Mechanical Parts or EQUIVALENT. ***Line items 0001 through 0020 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***Award shall be made on an all or none basis. **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity Fifteen (15) D&L Low-Order Quarter Wavelength Quartz Wave Plate or EQUIVALENT which must be one inch in diameter and 780nm AR coating. Line Item 0002: Quantity Fifteen (15) D&L Low-Order Half Wavelength Quartz Wave Plate or EQUIVALENT which must be one inch in diameter and 780nm AR coating. Line Item 0003: Quantity Ten (10) D&L Polarizing Beam Splitter Cubes or EQUIVALENT which must be 0.5 inch by 0.5 inch and 780nm AR coating. Line Item 0004: Quantity Fifteen (15) D&L Polarizing Beam Splitter Cubes or EQUIVALENT which must be 1.0 inch by 1.0 inch and 780nm AR coating. Line Item 0005: Quantity Twenty (20) D&L Large size mirrors with dielectric high reflection narrow band coating or EQUIVALENT which must be three inches in diameter, 10mm in thickness, and 780nm in center wavelength. Line Item 0006: Quantity Twenty (20) D&L Mirror with dielectric high reflection narrow band coating or EQUIVALENT which must be one inch in diameter and 780nm in center wavelength. Line Item 0007: Quantity Twenty-Five (25) D&L Mirror with dielectric high reflection narrow band coating or EQUIVALENT which must be one inch in diameter and 795nm in center wavelength. Line Item 0008: Quantity Fifteen (15) D&L Non-Polarizing Beam splitter cube or EQUIVALENT which must be 1 inch by 1 inch, split ratio must be 50/50, and a 780nm AR coating. Line Item 0009: Quantity Fifteen (15) D&L Non-Polarizing Beam splitter cube or EQUIVALENT which must be 1 inch by 1 inch, split ratio must be 66/33, and a 780nm AR coating. Line Item 0010: Quantity Six (6) D&L Cylindrical lens or EQUIVALENT which must be f equals 5cm, 3.0cm by 3.0cm, and an AR coating at 780nm. Line Item 0011: Quantity Six (6) D&L Cylindrical lens or EQUIVALENT which must be f equals 14cm, 7.0cm by 7.0cm, and an AR coating at 780nm. Line Item 0012: Quantity Eight (8) D&L Right angle equal lateral prism or EQUIVALENT which must be made of fused silica, 1cm by 1cm, and 45 degrees-90 degrees- 45degrees angles. Line Item 0013: Quantity One (1) D&L BBO crystal for dye laser frequency doubling or EQUIVALENT which must have a 566nm center wavelength. Line Item 0014: Quantity Fifty (50) D&L Mirror mounts for 1" optics or EQUIVALENT. Line Item 0015: Quantity Ten (10) D&L Prism mount or EQUIVALENT which must have a 1 inch by 1 inch platform. Line Item 0016: Quantity Twenty (20) D&L Kinematics mirror mount for 3 inch optics or EQUIVALENT which must fit a 3 inch mirror with 10mm thickness. Line Item 0017: Quantity Twenty (20) D&L Rotational wave plate mount for 1 inch optics or EQUIVALENT. Line Item 0018: Quantity Twelve (12) D&L Cylindrical lens holder or EQUIVALENT which must be able to hold a 3cm by 3cm lens. Line Item 0019: Quantity Twelve (12) D&L Cylindrical lens holder or EQUIVALENT which must be able to hold a 7cm by 7cm lens. Line Item 0020: Quantity Five (5) Tilt-rotation stage or EQUIVALENT which must have a 1 inch by 1 inch platform. The Contractor shall provide a minimum of a Twelve (12) Month Warranty for the instrumentation. The warranty must cover non-consumable parts and travel/labor for on-site repairs under the warranty period. Unlimited telephone/technical support shall be included for questions regarding operation. Warranty shall commence after final acceptance is provided by the Government. Delivery shall be completed not later than 6-8 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. *** Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Technical Evaluation: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. *** 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.*** *** 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; 52.211-6 Brand Name or Equal; 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; (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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, ALTERNATE I; (26) 52.225-13 Restriction on Certain Foreign Purchases; (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 Line Items 0001through 0020; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quotes shall be received not later than 3:00 PM local time, on July 11, 2007 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: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01328851-W 20070629/070627220416 (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.