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 -- Infrared Interferometer

Notice Date
7/3/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0268
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***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 333314 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase of One (1) Infrared Interferometer. ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Infrared Interferometer, which shall meet or exceed the following specifications: 1. The Infrared Interferometer must include a two-port (one for infrared input; the other for infrared output) Michelson interferometer for providing optical-interference-based modulation of an input infrared beam as a scan mirror is moved along the optical axis, and an associated metrology system operating at the HeNe laser wavelength near 632.8 nm for measuring the scan mirror movements. 2. Infrared sources and detectors do not need to be included. NIST will be using the Infrared Interferometer with existing source and detector systems upon delivery to NIST. 3. The aperture diameter must be such that a 4.1 cm diameter infrared beam having zero divergence (perfectly collimated) must pass through the system with no vignetting, and a 2 cm diameter infrared beam having 150 mrad divergence with pupil at the scan mirror must pass through the system with no vignetting. 4. The metrology system must not obscure the infrared clear aperture. Any regions on the beamsplitter or compensator that require coatings for the HeNe laser must be outside of the infrared clear aperture. 5. The maximum optical path difference between the two arms of the Michelson interferometer, as provided by the motion of the scan mirror, must be at least 2.8 cm. For collection of double sided, symmetrical interferograms by the end user, the maximum useable optical path difference must be at least 1.1 cm. 6. The length of the optical path between the input and output infrared ports must be between 5 cm and 30 cm. 7. The distance between the center of the input port and the surface of the table on which the interferometer sits must be greater than 5 cm but not more than 40 cm. Similarly, the distance between the center of the output port and the surface of the table on which the interferometer sits must be greater than 5 cm but not more than 40 cm. 8. At times, NIST will use the interferometer with a single pixel detectors. At other times, the detectors will be infrared focal plane arrays having spatial resolutions of typically 320 pixels x 256 pixels. The Infrared Interferometer should therefore be capable of maintaining image quality across its aperture. 9. The modulation efficiency must be greater than 20 percent for all wavelengths in the spectral range of 1.8 micrometers to 2 micrometers, and greater than 25 percent in the spectral range of 2 micrometers to 14 micrometers. This requirement applies to a ray bundle having an instantaneous field of view (for example, for a single pixel of a focal plane array) of 0.35 mrad. Here the modulation efficiency is defined as the ratio (expressed as a percent) of the modulation depth to the input power, where the modulation depth is defined as the difference between the maximum power (at a given wavelength) and the minimum power (at the same wavelength) measured at the output port as the interferometer scan mirror is scanned. This definition includes losses due to absorptance from mirrors, beamsplitters, compensators, windows, or other optics within the interferometer, due to shear, and due to wavefront distortion. It also includes the beamsplitter reflection loss: for example, the 50 percent loss that would occur for an ideal 50 percent reflecting / 50 percent transmitting Michelson interferometer beamsplitter. All quotations must include a plot of the modulation efficiency vs. wavelength (or wavenumber) showing the expected performance based upon the design. 10. The beamsplitter and compensator must be removable and replaceable by the end user to enable possible future upgrades in wavelength coverage and modulation efficiency. 11. The scan mirror motion must be operable in two modes: step scan and continuous scan. The end user must be able to switch between these two modes using an RS-232 command. 12. In continuous scan mode, the mirror must sweep across the entire optical path difference range with a constant sweep rate. 13. The sweep rate in continuous scan mode must be re-configurable by the end user using an RS-232 command from less than 0.05 cm per second to greater than 12 cm per second in at least 8 steps of approximately 1 cm per second or finer. 14. The scan mirror turn-around time in continuous scan mode must be greater than 130 microseconds but less than 30 milliseconds. 15. A 0 to 5 volt trigger signal must be provided at an output connector of the Infrared Interferometer metrology system that indicates each zero crossing of the HeNe laser fringes, for use in triggering the user?s detector sampling. 16. The metrology system must be able to determine the relative position of the scan mirror to within a resolution of plus or minus 1.25 nm or better. 17. In step-scan mode, the scan mirror position must be able to stay fixed at any static optical path difference with a resolution of plus or minus 1.25 nm or better (while the end-user?s detector or camera measures the output infrared beam, for instance). 18. In step-scan mode, the user must be able to send an RS-232 command to initiate the movement of the scan mirror from its current position to the next position in the sequence of optical path differences. 19. An RS-232 interface must be implemented that enables automated sending and receiving of all required commands and parameters to and from the interferometer. 20. All user-selectable RS-232 commands and parameters must be fully described in a written user manual to be delivered along with the hardware. 21. An interface drawing or solid model should be provided that will enable the end user to design appropriate input and output coupling optical systems using ray tracing software such as Zemax. This drawing should include positions and diameters of all optics through which the infrared light encounters in its passages from the input to the output ports. 22. The Infrared Interferometer must be provided in an enclosure with ports for infrared input and output, and electrical connectors for RS-232, trigger signal, and power. The input and output ports must not vignette the infrared beam. 23. All structural natural frequency resonances of the Infrared Interferometer must be greater than 200 Hz to minimize the effect of external vibration on interferometer performance. 24. The system must run on 110 VAC at 60 Hz. Line Item 0002: Installation and Training: The Contractor shall provide installation for the Infrared Interferometer. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the laser, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and facilitate one (1) training session for two (2) technical personnel at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. ***The Contractor shall state the warranty coverage provided for the instrumentation. A minimum 90 days warranty must be included.*** ***Delivery shall be provided not later than 24 weeks after receipt of an order and installation shall be no later than 30 days after delivery. Delivery 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 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, 3) Past Experience, and 4) Price. Technical capability, past performance, and past experience shall be equal to price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Experience The Contractor shall describe their past experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. Past Performance, Past Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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?s Registration (CCR) Database; 52.211-5 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (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, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (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. *** 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 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), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, and 6) A description of relevant past experience.*** ***All quotes shall be received not later than 3:30 PM local time, on July 17, 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
SN01333651-W 20070705/070703220333 (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.