Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

66 -- Optical Microscope and Waveguide Alignment System

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0435
 
Archive Date
8/8/2008
 
Point of Contact
Paula A. Wilkison,, Phone: 301-975-8448, Patrick K Staines,, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
 
Small Business Set-Aside
N/A
 
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 being issued using Simplified Acquisition Procedures.*** ***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) 2005-26.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 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 One (1) Optical Microscope and Waveguide Alignment System. *** Background: NIST’s Center for Nanoscale Science and Technology requires a combined optical microscope/fiber-waveguide-fiber alignment system in which the positioning of an input and an output optical fiber with respect to a stationary optical waveguide is imaged along both vertical and horizontal directions. The system will be used in the fiber-based characterization of nanofabricated optical waveguides. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Optical Microscope and Waveguide Alignment System, which shall meet or exceed the following minimum specifications: System specifications: The system consists of three major sub-systems: (1) fiber-waveguide-fiber alignment unit, (2) 2-axis optical microscope, and (3) end-face monitoring system. The requirements for each of these sub-systems are listed after noting one general specification. General specification The optical axis of the system (the height at which the fiber and waveguides shall be held) shall be between 150 mm – 180 mm at the midpoint of all vertical stage travel. This optical axis shall be maintained by the entire fiber-waveguide-fiber alignment unit, and the 2-axis optical microscope and end-face monitoring unit shall be appropriately mounted for imaging at this height. Therefore, any adapter plates or pieces needed to achieve this shall be included. 1.Fiber-waveguide-fiber alignment unit a.First fiber alignment unit i.5-axis translation stage, with three motorized axes (x, y, and z motion) and two manual axes (tip and tilt). ii.For motorized axes, travel distance shall be at least 20 mm iii.Motors shall be stepper motors that achieve a minimum stage translation step size of 50 nm or smaller iv.Motorized axes shall have a limit switch and an origin sensor v.Motorized axes shall have a backlash of 500 nm or smaller vi.Tip/tilt axes shall be micrometer driven and each axis shall have a travel distance of at least +/-3 degrees vii.Stage shall come equipped with a 100% compatible fiber holder for holding a bare optical fiber in a fixed position. The bare fiber shall have a jacket diameter of 250 microns. The bare fiber shall be held at a height between 150 mm – 180 mm, consistent with the optical axis height described in the general specification above. viii.Shall come equipped with a 6-axis stage controller that is 100% compatible with the motorized axes of the 5-axis translation stage (although only three axes shall be used for this stage, an additional 3 axes of control are needed for future expansion of the system). The stage controller shall have a computer interface via GPIB or USB. b.Waveguide holder unit i.Unit consists of a stationary block in which a waveguide sample (6 mm x 10 mm in size) is held fixed using both a mechanical clamp and vacuum. Vacuum is to be applied through a series of holes on the top surface of the unit that are connected to a single vacuum port. ii.Unit shall hold waveguide at the same optical axis height as the first fiber alignment unit. The in-plane dimensions of the portion of the unit upon which the waveguide is mounted shall not exceed 10 mm x 40 mm. iii.Unit shall come equipped with a dry (oil-free) vacuum pump and hose that are 100% compatible with the waveguide holder and its vacuum port. iv.Unit shall also come equipped with a release valve that allows for the vacuum to be disabled without turning off the pump c.Second fiber alignment unit i.5-axis translation stage in which all five axes (x,y,z, tip, and tilt) are manually actuated. ii.All axes shall be micrometer driven iii.Each of the x, y, and z axes shall be driven with either a single micrometer or a pair of micrometers that offer(s) both coarse and fine adjustment, with a fine adjustment resolution of 500 nm per division or better and a coarse adjustment resolution that is smaller than the fine adjustment travel distance. The coarse adjustment travel distance shall be at least 12 mm. iv.Tip/tilt axes shall each have a travel distance of at least +/-3 degrees v.This translation stage shall have the ‘opposite handedness’ of the motorized/manual translation stage in specification 1.a above. That is, if the motorized/manual translation stage in specification 1.a is a right-handed stage, this shall be a left-handed stage, and vice versa. vi.Stage shall come equipped with a 100% compatible fiber holder for holding a bare optical fiber in a fixed position. The bare fiber shall have a jacket diameter of 250 microns. The bare fiber shall be held at the same optical axis height as the first fiber alignment unit and the waveguide holder unit, so that any adapter plates needed to achieve this shall be included. 2.2-axis optical microscope a.Monitoring stage unit that supports two right-angled zoom barrel microscopes for providing imaging along orthogonal axes (e.g., topside and backside) simultaneously. The stage unit shall provide at least 25 mm of travel distance along three orthogonal axes (both focusing dimensions as well as the non-focusing dimension). b.Long travel stage upon which the monitoring stage unit is mounted. The stage shall allow for travel along the non-focusing dimension with a travel distance of at least 10”. It shall be 100% compatible with the monitoring stage unit. c.Platform upon which the long travel stage and monitoring stage unit shall be mounted. The platform shall be 100% compatible with the long travel stage and monitoring stage unit. Its height shall be appropriate so that when the monitoring stage unit and zoom barrels are mounted on top of it, they can image the fiber-waveguide-fiber alignment region at the optical axis height. d.Two right-angle zoom barrel systems that are 100% compatible with the monitoring stage unit. Each zoom barrel system shall consist of the following components: i.Zoom head with a zoom range of at least 0.6X – 7 X (a wider zoom range is acceptable). The zoom head shall have a port for co-axial illumination. ii.Non-inverting right angle adapter prism that attaches to the zoom head and introduces a 90o bend in the imaging axis while maintaining an erect image that reads left to right. iii.2X magnification adapter tube that attaches to the non-inverting right angle adapter prism. iv.Mounting clamp that clamps onto the 2X magnification adapter tube and can be mounted onto the monitoring stage unit. v.C-mount coupler to make zoom barrel system compatible with a C-mount CCD camera e.Two fiber optic illuminators for use with the zoom heads. The illuminators shall be based on a halogen lamp or equivalent. f.Two fiber optic bundles/light guides that are 100% compatible with the fiber optic illuminators and are between 48” in length. The light guides shall also be compatible with the co-axial illumination ports on the zoom heads. g.Two 20X long working distance microscope objectives with a working distance of at least 20 mm and a numerical aperture of at least 0.42. The objective shall be 100% compatible with the zoom heads – any adapters needed to mate the two shall be included h.Two color CCD cameras, each of which is C-mount compatible. Each CCD camera shall come equipped with the power supply necessary for its operation, and shall have a resolution of 470 horizontal TV lines or better. Any cables necessary to hook the camera up to its power supply shall be included. i.Camera selector box that allows for switching of the video signal from at least four CCD cameras to a single monitor. Selector box shall be 100% compatible with the CCD cameras in specification 2.h above. j.14” color monitor that is 100% compatible with the camera selector box and CCD cameras in specifications 2.h and 2.i above. 3.End-face monitoring system a.Three-axis stage unit intended for mounting a zoom barrel microscope and a large CCD or infrared camera (the camera is not part of the specifications). Stage shall offer at least 10 mm of translation along the focusing direction, at least 10 mm of translation along the orthogonal in-plane axis, and at least 4 mm of translation in the vertical direction. Stage unit shall have a load capacity of at least 8 kg. b.One zoom barrel system that is 100% compatible with the monitoring stage unit. The zoom barrel system shall consist of the following components: i.Straight zoom head (no right angle) with a zoom range of least 0.6X – 7 X (a wider zoom range is acceptable). ii.2X magnification adapter tube that mounts directly onto the zoom head iii.Mounting clamp that clamps onto the 2X magnification adapter tube and can be mounted onto the monitoring stage unit. iv.C-mount coupler to make zoom barrel system compatible with a C-mount CCD camera c.Any additional adapter plate(s) needed so that the imaging axis of the zoom barrel system, when mounted on the three-axis stage unit, is at the optical axis height Delivery terms 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 quoter whose quote offers the best value to the Government, technical capability, past performance & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capability and past performance, when combined, shall be approximately equal importance to price. If Technical Capability and 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. 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. 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. The Contractor must include the references name, contact person, and contact information in the quotation. *** 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: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.222-3 Convict Labor b.52.222-19 Child Labor – Cooperation With Authorities And Remedies c.52.222-21 Prohibition of Segregated Facilities d.52.222-26 Equal Opportunity e.52.222-36 Affirmative Action for Workers with Disabilities f.52.222-50 Combating Trafficking in Persons g.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act h.52.225-13 Restriction on Certain Foreign Purchases, and i.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 Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact’s name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***Submission shall be received not later than 3:00 p.m. local time on July 24, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcfaec0e2eccf07858ef9033b4cd5ace&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01610034-W 20080711/080709222047-fcfaec0e2eccf07858ef9033b4cd5ace (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.