Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

66 -- Imaging Spectrometer

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
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
00000
 
Solicitation Number
SB1341-07-RQ-0284
 
Response Due
7/18/2007
 
Archive Date
8/2/2007
 
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. 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) 2005-17. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for an Imaging spectrometer with TE-cooled Si CCD Camera and LN-cooled InGaAs array detector, for sensitive spectral characterization of light emission in 300-1700 nm wavelength range to be used in the Center for Nanoscale Science and Technology (CNST) at NIST, Gaithersburg, MD. *** Line Item 0001: One (1) Each, Imaging Spectrometer The Contractor shall meet or exceed the following required specifications: Specifications 1. Imaging spectrometer (Czerny-Turner configuration or equivalent) with focal length between 500-600 mm 2. Achievable resolution must be better than 0.1 nm at visible and near-infrared wavelengths (assuming a 1200 grooves/mm grating and a 25 micron slit width and/or detector pixel size). 3. Spectrometer must be equipped with dual entrance ports, with a motorized, computer-controlled slit on each port, and a motorized mirror to switch between ports. 4. Spectrometer must be equipped with dual exit ports, each equipped for handling an array detector, and a motorized mirror to switch between exit ports. 5. Spectrometer mirrors and layout shall provide astigmatism correction and elimination of re-diffracted light. 6. Spectrometer must use a grating turret that accommodates multiple gratings. 7. Grating turrets must be easily interchangeable by the user. It shall not require company servicing, shall require at most minimal realignment of input optics, and the overall process shall take less than ten minutes on average. Two grating turrets are to be acquired. 8. Grating turret #1 shall include the following gratings for near-infrared (1.0-1.7 micron wavelength) detection. If these exact gratings are not available, equivalent gratings must be provided. Grating efficiency shall be at least 40-50 percent at the blaze wavelength, for both TE and TM polarizations. a. Approximately 600 g/mm, Approximately 1500-1600 nm blaze wavelength b. Approximately 950 g/mm, Approximately 900 nm blaze wavelength c. Approximately 900 g/mm, Approximately 1500 nm blaze wavelength 9. Grating turret #2 shall include the following gratings for visible and near-visible (200 nm ? 1000 nm wavelength) detection. If these exact gratings are not available, equivalent gratings. Grating efficiency shall be at least 40-50 percent at the blaze wavelength, for both TE and TM polarizations. a. 1800 g/mm, 500 nm blaze, classically ruled diffraction grating b. 1200 g/mm, 750 nm blaze, blazed holographic plane grating (53028) c. 600 g/mm, 500 nm blaze, classically ruled diffraction grating 10. The first spectrometer exit port is to be equipped with a cooled, linear InGaAs array detector. Detector must meet the following specifications: a. 512 pixels within the detector array b. Pixel width is not to be greater than 25 microns c. Pixel height is to be between 500 microns to 1 mm d. Detector is to be actively cooled. Liquid nitrogen cooling is preferred over thermoelectric (TE) cooling, unless dark count rate specified below can be achieved with TE cooling. e. Dark count rate shall be less than 3000 electrons/pixel/second f. Peak quantum efficiency shall be at least 75 percent g. Detector/spectrometer must be equipped with the appropriate mechanical shutter, which must be controlled electronically. h. All necessary control electronics and mechanical parts for integration with spectrometer must be included. The detector shall be 100 percent compatible with the spectrometer. Any auxiliary equipment for physical positioning/alignment of detector shall be included. 11. Second spectrometer exit port is to be equipped with a cooled, two-dimensional Si CCD detector. Detector must meet the following specifications: a. 1024x256 element array; pixel size is to be 26 microns x 26 microns b. Detector is to be actively cooled through deep thermoelectric (TE) cooling. Detector temperature shall be lower than -60 degrees C c. Dark count rate shall be less than 0.01 electrons/pixel/second d. Peak quantum efficiency shall be at least 50 percent. Front illumination is preferred provided that this efficiency can be achieved. e. Detector/spectrometer must be equipped with the appropriate mechanical shutter, which must be controlled electronically. f. All necessary control electronics and mechanical parts for integration with spectrometer must be included. The detector shall be 100 percent compatible with the spectrometer. Any auxiliary equipment for precise physical positioning/alignment of detector shall be included. 12. The entire system (spectrometer, InGaAs array detector, and Si CCD detector) must be computer-controllable, and the necessary software for control and data acquisition must be included. The spectrometer shall have a GPIB interface and the detectors shall have Ethernet or USB interface. 13. After delivery, a service technician shall help with installation/commissioning of the system 14. Warranty: 1 year on all parts, labor, and installation ****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. ****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 spectrometers. 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 quote must include appropriate documentation. ***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. 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 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 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. 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 3:30:00 PM local time, on July 18, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. 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. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01333644-W 20070705/070703220326 (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.