Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

66 -- Linear Displacement Measurement Laser Interferometer System

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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
SB1341-09-RQ-0250
 
Archive Date
6/30/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@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. 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) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 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 has a requirement for an Interferometer System. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency’s requirement. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each XL-80 Laser Measurement System, manufactured by Renishaw of The United Kingdom or equivalent. The system must consist of all of the following components, or equivalent. The system must meet all of the salient characteristics identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. (A) XL-80 Laser Head, P/N A-9908-0405; - to include laser head and necessary cables (B) Laser XL Software, P/N A-9908-0301; - compatible with Windows XP SP2 and Vista ( C) Quick View XL Software, P/N A-9908-0302 (D) Software Support Disc, P/A A-9908-0303 - includes user guide on CD ROM (E) Universal Tripod Case, P/N M-9908-0527 -fabric - can be attached to system case (F) Universal Tripod, P/N A-9908-0295 (G) Base System Case, P/N M-9908-0313 - safely carries base system (H) Control for Laser Interferometer, P/N A-8003-C486 - laptop control unit (I) XL Magnetic Base Adapter, P/N A-9908-0760 - enables tripod stage to be mounted on magnetic base (J) LS350 Beam Steerer, P/N A-8003-3072 - beam alignment tool (K) Magnetic Bases, P/N A-9908-0780 - sold as a pair (L) Optics Mounting Kit, P/N A-8003-0447 -includes bases, pillars and clamps (M) XL Tripod Stage Kit, P/N A-9908-0700 -necessary for tripod mounting (N) Linear Retro Reflector, P/N A-8003-0219 - part of linear measuring optics (O) Linear Beam Splitter, P/N A-8003-0557 -part of linear measuring optics The following are a list of the salient characteristics that an equivalent system must meet to be considered a technical equivalent: 1. Laser frequency stability of at least +/-0.05 parts per million over 1 year and at least +/-0.02 parts per million over 1 hour; 2. Measurement accuracy of at least +/- 0.5 parts per million; 3. Temperature range of at least 0 to 40 0C; 4. Atmospheric pressure range of at least 650 to 1150 mbar; 5. Resolution of at least 1 nm; 6. Maximum measurement speed of at least 4 m/s; 7. Measurement range of at least 80 m; 8. Warm up time of less than 6 min; 9. Automatic air pressure, relative humidity and temperature laser wavelength compensator, which updates at least every 7 seconds; 10. Maximum data collection rate of at least 50 KHz; 11. The system must be able to function with a lens based and plane target mirror. The minimum diameter of the target mirror laser spot should be at least 0.5 mm. The interferometer supplier shall provide a lens, which satisfies this requirement for a focal length of 300 mm; 12. Laptop PC controller and analog I/O port; 13. Data processing software with a graphic interface. 14. Universal tripod with a case with a weight of no more than 6.2 Kg. The tripod stage shall allow for precise angular rotation and translation about three orthogonal axes. Mounting of the laser shall be enabled by a quick fit/release mechanism; 15. Laser head magnetic mounting base; 16. Beam alignment tools; 17. Optics mounting tools; 18. Linear retro reflector; 19. Complete assembled interferometer unit; 20. Compact interferometer system transport case with wheels. Line Item 0002: Installation: The Contractor shall provide installation for the system. 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. Installation shall be done at NIST, Gaithersburg, MD. Line Item 0003: Training: The contractor shall schedule and facilitate one (1) training session for up to three (3) NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The Contractor shall provide, at a minimum, a one year warranty for the laser system. The Contractor shall state the warranty terms. Delivery shall be completed not later than 12 weeks after receipt of an order. Installation and Training shall be completed not later than 30 days after delivery. 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 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. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Past Performance, 3) Relevant Experience, and 4) Price. Technical capability, past performance, and relevant experience, when combined, shall be equal in importance to price. If technical capability, past performance, and relevant experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will 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 addresses all specifications & 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 products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW 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 which 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; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and the date of delivery or the date services were completed. Relevant Experience: Relevant Experience will be evaluated to determine the degree of vendors’ experience in successfully providing comparable systems for the types of applications described herein. Evaluation of relevant experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its relevant experience information, if necessary. Past Performance, Relevant Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. 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 salient characteristics of the brand name 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. 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: 52.211-6 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: 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-3, Buy American Act—Free Trade Agreement—Israeli Trade Act with Alternate I 52.225-13 Restriction on Certain Foreign Purchases; 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 which shall clearly demonstrate that the quoted product meets or exceeds all of the Governments minimum required specifications ; 3) Description of commercial warranty and 4) Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold to the three (3) references. 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 3:00 PM local time, on June 15, 2009 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: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. 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-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0250/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01832896-W 20090603/090601235524-c725b4e0a70ac26cadeb77f7c1bb3397 (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.