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 -- Laser Cutting System

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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-0434
 
Archive Date
8/8/2008
 
Point of Contact
Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
Total Small Business
 
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) 2005-26. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 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 under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Laser Cutting System to be used at the Center for Nanoscale Science and Technology (CNST) at NIST, Gaithersburg, MD. *** BACKGROUND The Laser Cutting System, when mounted on an Analytical Probe Station, shall enable optical excitation and modification of a variety of micro and nano-systems under test, and in particular making precise cuts and selectively remove material on a microscopic scale. The system shall have the capability to selectively tailor the beam size, shape and wavelength to the material being worked and the cut required. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Each, Laser Cutting System Contractor shall meet or exceed the following minimum required technical specifications: 1.Dual, user-selectable wavelength: 532nm, 355nm. 2.3-axis control of cut size and orientation: from 1μm x 1μm (with 100X objective) to at least 30μm x 30μm (with 50X objective) and rotation through 180°. 3.High resolution shutter control with 1μm increment or smaller. 4.Operation via remote control box or via RS232 interface. 5.Precise energy control up to 0.5mJ per pulse at either wavelength. 6.True optical spot marker using external (preferred) or internal illuminator. Software sport marker is not required. 7.Standardized optical port for mounting an external camera. 8.Compatible with most major brands of FA microscopes (e.g. Mitutoyo FS70 or equivalent) when mounted on probe stations. Shall include adapters for mounting onto FS70 top camera port. 9.Operating modes: a.Single shot b.Continuous (at least 1 Hz) c.Burst (at least 10 sec. at 5 Hz.) 10.System shall include a remote trigger for vibration free operation. 11.System shall include all applicable safety features and interlocks for using on a probe station. OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is solely at the discretion of the Government. Option Line Item 0002: Quantity One (1) Each, Fiberoptic Illuminator for the Spot Marker. *** The Contractor shall state the warranty period and the coverage provided. *** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** ***Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. *** ***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. *** ****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. 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; 52.217-5, Evaluation of Options. 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders— Commercial Items including subparagraphs: 52.217-7, Option for Increased Quantity – Separately Priced Line Item; 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act – Supplies; 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) 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. ***All quotes shall be received not later than 3:30:00 PM local time, on July 24, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, 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. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf810dedc7b71d453f4abd1eb22fdce9&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN01610214-W 20080711/080709222437-cf810dedc7b71d453f4abd1eb22fdce9 (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.