Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- HIGH BRIGHTNESS LIGHT SOURCE

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment 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-0621
 
Archive Date
9/24/2008
 
Point of Contact
Anna B. Suhrie, , Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
barbara.suhrie@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. 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 05-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 335129 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. All interested quoters shall provide a quote for a High Brightness Light Source. LINE ITEM 0001: Quantity of (1) each High Brightness Light Source meeting or exceeding all of the following required specifications: 1.The High Brightness Light Source must be capable of providing a spectral power density of at least 0.2 mW/nm through a 1 mm aperture into a cone angle having an NA (numerical aperture) of 0.22 over the full wavelength range from 350 nm to 600 nm. The aperture itself need not be provided, but the beam must be focused, via optics within the source, to an accessible location outside of the source itself, where such a user-provided aperture could be placed, that is at least 6 mm from the nearest obstruction. 2.The light source head itself must be smaller than 200 mm high x 150 mm wide x 500 mm deep, and weigh less than 10 kg. 3.The power supply (which can be separate) must be smaller than 200 mm high x 300 mm wide x 400 mm deep, and weigh less than 5 kg. 4.The electrical power requirement of the source must be 110 VAC at 3 Amps, 60 Hz. 5.Must require no other utilities besides externally supplied cooling water and nitrogen gas. The Contractor shall state the warranty coverage provided for the equipment. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty. 2. What is included? (Parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? Please submit all questions in writing to: Barbara.Suhrie@nist.gov Delivery shall be FOB Destination. Delivery shall be completed no later than 90 days after receipt of order. 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 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. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated above. 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. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror 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 Offeror Representations and Certifications—Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 4 – 52.219-6; Notice of Total Small Business Set-Aside 22 – 52.222-3; Convict Labor 23 – 52.222-19; Child Labor – Cooperation w/ Authorities and Remedies 24 – 52.222-21; Prohibition of Segregated Facilities 25 – 52.222-26; Equal Opportunity 27 – 52.222-36; Affirmative Action for Workers w/ Disabilities 30 – 52.222-50, Combating Trafficking in Persons 37 – 52.225-1; Buy American Act 42 – 52.225-13; Restrictions on Certain Foreign Purchases 47 – 52.232-33; Payment by Electronic Fund Transfer – CCR 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 and all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Barbara Suhrie, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on September 9, 2008. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=996059a2d43ea176f08bd16f36a107e1&tab=core&_cview=1)
 
Place of Performance
Address: NIST, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01650598-W 20080827/080825222919-996059a2d43ea176f08bd16f36a107e1 (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.