Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- Verdi V18 Laser/Mira Laser/Mira OPO System or EQUIVALENT

Notice Date
7/11/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0282
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
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 334413 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***Line items 0001-0003 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.*** ***The National Institute of Standards and Technology is seeking to purchase a Coherent Verdi V18 Water Riser (Part Number 1063515) or EQUIVALENT. The Instrument must include the below components or EQUIVALENT. Refurbished/Remanufactured items will not be considered.*** ****All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Coherent Verdi V18 Nd:Vanadate Laser, Part Number 1063515, or EQUIVALENT, with the following salient characteristics: 1) Must be 18W 2) Must be 532nm Nd: Vanadate laser 3) Power stability must be better than 1 percent 4) Must be single frequency (linewidth less than 5 MHz) 5) Must include a compact sealed laser head and rack-mount type power supply Line Item 0002: Quantity One (1) Coherent Mira HP-D V18 XW OPT 110V, Part Number 1110588, or EQUIVALENT, with the following salient characteristics: 1) Must be mode-locked Ti:Sapphire Laser 2) Must generate 4 W in fsec operation at 800nm (less than 150 fsec) and more than 3W in psec operation (less than 2 psec) 3) Must be tunable from 700nm to 1000nm Line Item 0003: Quantity One (1) Coherent Mira OPO PP- Automatic VIS-S2 Dual, Part Number 1094442, and a Mira-OPO Idler for IR-S or VIS-S, Part Number 1094433, or EQUIVALENT, with the following salient characteristics: 1) Must be synch-pumped Optical Parametric Oscillator 2) Must generate wavelengths from 505nm-750nm with powers of greater than 200mW for both fsec and psec operation 3) The wavelengths must be from 1000nm-1600nm with powers greater than 300mW for both fsec and psec operation 4) Wavelengths must be 1700-3300nm Line Item 0004: Installation and Training: The Contractor shall provide installation for the instrument. 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 three (3) technicians 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.*** ***Delivery shall be provided not later than 14 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 items 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, and 3) Price. Technical capability and past performance, when combined shall be equal to price. If Technical Capability, Past Performance, 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 and 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 and 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 quoter?s 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 Performance 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; 52.211-6 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: (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; (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) 52.225-5, Trade Agreements; (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 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), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:30 PM local time, on July 26, 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
SN01339118-W 20070713/070711220618 (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.