Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Window Upgrades of Digital Micromirror Devices (DMD) on Controller Boards

Notice Date
7/30/2008
 
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-0485
 
Archive Date
8/29/2008
 
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
Total Small Business
 
Description
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. 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 solicitation shall be set-aside 100 percent for Small Business. Definitions: Definitions of the four spectral ranges (for the purposes of this requirement): VNIR (Visible/Near Infrared): 380 nm to 1100 nm SWIR (Short-Wave Infrared): 1000 nm to 25 nm VNIR/SWIR: 380 nm to 2500 nm MWIR (Mid-Wave Infrared): 3000 nm to 5400 nm ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity Four (4) Window Upgrades of Digital Micromirror Devices (DMD) on Controller Boards (one each of VNIR, SWIR, VNIR/SWIR, and MWIR), which shall meet or exceed the following minimum specifications: For each DMD upgrade over the specified spectral range: 1.Upgrade an existing 0.7” XGA LVDS Discovery 3000 Digital Micromirror Device (DMD) by replacing the glass window with a window having minimum surface reflectance and maximum transmittance over the specified spectral range, thereby producing an upgraded DMD. 2.Upgrade the Discovery 3000 board by replacing the glass DMD on the board with the upgraded DMD that was produced per Requirement #1. Label each board according to one of the four spectral ranges (VNIR, SWIR, VNIR/SWIR, MWIR) as defined below. 3.A quantity of five (5), Discovery 3000 VIS controller boards, each including one 0.7” XGA LVDS DMD having a glass window, shall be shipped to the vendor. In addition, a quantity of four (4), 0.7” XGA LVDS DMDs, each having a glass window, shall be shipped to the vendor. After the upgrades, the vendor shall return all five of the Discovery 3000 boards, with the upgraded DMDs installed, to NIST, along with any unused DMDs, and the witness windows described in requirement #4 below. 4.All required windows shall be provided by the vendor or its subcontractors. Also, for each of the four spectral ranges, five (5) witness windows shall be delivered to NIST along with the upgraded DMDs for the purpose of enabling NIST to measure the optical properties to feed into NIST device models. Each of these witness windows shall have the same dimensions, material, coatings, and be from the same lot as their respective window installed on the DMDs. 5. a. The VNIR window for each VNIR DMD upgrade shall be coated on both sides with a broadband anti-reflectance coating optimized for normal incidence over the wavelength range 380 nm to 1100 nm, with an average reflectance less than or equal to 0.75% per surface over this band, peak reflectance of 1% over this band, an average transmittance greater than or equal to 96 % over this band. For the purposes of this specification, average is over the spectral range and all polarization states. b. The SWIR window for each SWIR DMD upgrade shall be coated on both sides with a broadband anti-reflectance coating optimized for normal incidence over the wavelength range 1000 nm to 2500 nm, with an average reflectance less than or equal to 0.75 % per surface over this band, and with and average transmittance greater than or equal to 1 % over this band. It also must be visually transmissive to enable visual observation of the DMD pattern. c. The VNIR/SWIR window for each VNIR/SWIR DMD upgrade shall be coated on both sides with a broadband anti-reflectance coating optimized for normal incidence over the wavelength range 380 nm to 2500 nm, with an average reflectance less than or equal to 3 % per surface over this band, a peak reflectance of less than 4 % over this band, and an average transmittance greater than or equal to 94 % over this band. d. The MWIR window for each MWIR DMD upgrade shall be coated on both sides with a broadband anti-reflectance coating optimized for normal incidence over the wavelength range 3000 nm to 5400 nm, with an average reflectance less than or equal to 0.4 % per surface over this band, a peak reflectance of less than 0.5 % per surface over this band, and average transmittance greater than or equal to 96 % over this band. It also must be visually transmissive to enable visual observation of the DMD pattern. 6.The upgraded DMD windows must have a thickness of 3 mm at the center. 7.The surface of the DMD window that faces the mirror array must be located 1 mm from the plane of the mirror array. 8.The upgraded DMD windows must have a surface figure of <2 fringes peak-to-valley at 633 nm and a surface quality (scratch-dig) of 20-10. 9.100% of the DMD micro-mirrors should be operational after upgrading each DMD window. Here operational is defined as the ability to repeatedly turn any combination of the 1024 x 768 micro-mirrors on (+12 degrees state) or off (-12 degrees state) using the Discovery 3000 controller board. The Discovery 3000 controller boards, with the upgraded DMDs installed, must be tested by the vendor prior to delivery to NIST. The test will consist of displaying a series of test patterns on the DMD and visually assessing the degree to which the mirrors are operational. NIST will provide the Discovery 3000 control software for performing this test. NIST will conduct the test on the Discovery 3000 controller boards prior to shipping to the vendor, and the vendor should conduct the test on the boards after receipt, prior to the upgrade, to confirm software operability. The vendor will need a Windows XP compatible PC with a USB 2.0 interface for the controller board in order to perform the tests. This PC will not be supplied by NIST, nor does the vendor need to deliver this PC to NIST. 10.The reflectivity at any wavelength of any of the DMD micro-mirrors shall not be degraded by more than 5% due to the upgrade. 11.The above requirements must be met within 20 weeks after receipt of order. 1352.217-102 Government Review, Comment, Acceptance and Approval (JAN 1987): Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. Inspection and Acceptance Criteria: 1.Visual and 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. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor’s commercial schedule. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the Contractor whose quote offers the best value to the Government. 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 approximately of equal importance to price. 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 the minimum specifications stated above. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors 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; and the telephone number and email address of the reference contact person. 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 shall 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: 52.219-6 Notice of Total Small Business Set Aside 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.245-1, Government Furnished Property 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 of the above items; 2) An original and one (1) copy of the technical description and/or product literature; 3) The names and contact information for three (3) references; and 4) Country of Origin information. 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 3:00 PM local time, on August 14, 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: Paula Wilkison. 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. 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 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors 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 and shall be addressed to: paula.wilkison@nist.gov. Faxed quotes will NOT be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4c92e025630cc9c085f659621dbc1970&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01627358-W 20080801/080730223639-4c92e025630cc9c085f659621dbc1970 (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.