Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

66 -- Supercontinuum Fiber Laser Source

Notice Date
2/25/2010
 
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
SB1341-10-RQ-0145
 
Archive Date
3/26/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@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. 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) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested quoter's may submit a quote. The National Institute of Standards and Technology (NIST), Optical Technology Division, is developing measurement methods, standards, and services for spectrally resolved reflectometry of optical materials and requires a broadband source with high spectral power density and laser-like single-mode output, operating over the wavelength range from 450 nm to 2500 nm. The optical materials to be measured are used as diffuse and specular reflectance standards in government and industry applications. In particular, diffuse reflectors are used in climate monitoring satellites to aid in calibration of on-board spectroradiometers that measure the reflected radiation of earth scenes. These instruments operate over a broad wavelength range from the ultraviolet and visible to the short-wavelength infrared (UV-VIS-SWIR), necessitating calibrations over this wide wavelength range. As part of an effort to extend current NIST measurement capabilities in the UV-VIS into SWIR wavelengths, light sources which can provide high spectral power densities over these wavelengths are needed. Additionally, highly directional, Gaussian output is required to enable low-loss coupling of light from the source through a monochromator for wavelength selection, and then on to a sample and receiving optics. Recent developments in supercontinuum fiber sources enable these sources to meet these requirements. The required light source shall, at a minimum, provide power over a continuous spectral range from 450 nm to 2500 nm with the power densities specified within the minimum required specifications of Line Item 0001 below. The output shall be from an optical fiber with single-mode output over the full wavelength range. All interested Offerors shall provide a quote for the following line item(s). Used and/or remanufactured equipment shall not be considered for award.: Item 0001 : Quantity One (1) Supercontinuum Fiber Laser Source which shall meet or exceed the following minimum requirements: 1. The light source shall provide output over a continuous wavelength range spanning 450 nm to 2500 nm; 2. The spectral power density shall be 0.5 mW/nm or greater over a wavelength range from 450 nm to 2400 nm; 3. The light source shall provide power in the wavelength range from 2400 nm to 2500 nm. Sources providing power densities 0.1 mW/nm in this range are preferred; 4. The light source shall provide total integrated power > 2 W; 5. If pulsed, the light source shall operate at a repetition rate of > 10 MHz; 6. If pulsed, the light source shall operate with pulse durations of > 1 ps and pulse-to-pulse power stability of 1.5% or better; 7. The source output shall be from an optical fiber of length > 0.5 m; 8. The output shall be a single-mode from the fiber end. For protection of the output fiber facet, a thin flat window, having transmittance optimized over this spectral range, and to be provided by the user, shall be installed on the output fiber; 9. The output shall be from a single-mode fiber. The effective mode field diameter from the fiber end shall be no larger than 10 micrometers at all operating wavelengths; 10. The numerical aperture (NA) of the diverging beam shall be < 0.4 at all operating wavelengths. The numerical aperture is defined by NA = sin(tan-1(R/z)), where R is the radius of an aperture that passes 99% of the beam power at a distance z from the fiber end; 11. The light source shall be capable of remote operation via at least one of the following: USB, Ethernet or GPIB interface. The remote operator shall be able to control at the minimum the light output on/off function.. 12. The source shall be air-cooled and not require any liquids for cooling; 13. The power supply shall operate on 110 VAC, 60 Hz. 14. Tolerances: Optical power specifications shall be met to within ± 5%. Wavelength specifications shall be ± 10 nm. Beam divergence specifications shall be met to ± 1°; 15. Interface: The Vendor shall provide controllers, power supplies, cables, and operation manuals for all hardware; 16. System Dimensions: The system shall be sized to fit into a standard 19" rack mount (no component to exceed 18" in width or 25" in depth). The system may consist of more than one (1) module provided the total system dimensions do not exceed 18" (width), 24" (depth) and 12" (height); 17. Electronics Rack Mounting Hardware: The Vendor shall provide hardware which allows the source to be mounted in a standard 19" equipment rack. Line Item 0002: Warranty: The Vendor shall provide, at a minimum, a two (2) year warranty for the light source. Warranty repairs shall be provided at the vendor's facility or on-site at NIST during normal business hours. All parts, shipping, labor and travel shall be included. The Vendor shall provide a response, via telephone or e-mail, to the NIST Technical Information Contact no later than 48 hours after a warranty call has been placed. OPTIONAL LINE ITEM: The following item is an option line item. The contractor shall provide pricing for this item that shall remain valid for a period of three (3) years from the date of award. Award of option line items is solely at the discretion of the Government. Line Item 0003: Quantity Two (2) Years, Service Contract: The Vendor shall provide a two year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Vendor's commercial warranty. All parts, shipping, labor and travel shall be included. The Vendor shall provide a response, via telephone or e-mail, to the NIST Technical Information Contact no later than 48 hours after a warranty call has been placed. Delivery terms shall be FOB Destination. Delivery shall be completed no later than 90 days after receipt of an award. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. Inspection and Acceptance Criteria: NIST shall perform the following tests upon delivery. The resulting sets of measurements must be in accordance with the required specifications: 1. Total output power testing: The total optical power shall be measured at the fiber output using a broadband thermopile sensor. The total measured power shall be > 2W; 2. Spectral power density testing: The fiber output shall be collected via an integrating sphere, and the wavelength-resolved optical power shall be measured over the full spectral range from 450 nm to 2500 nm using a calibrated VIS-SWIR spectroradiometer coupled to the sphere. The spectral power density shall be > 0.5 mW/nm over the 450 nm to 2400 nm range, and the output spectrum shall extend to 2500 nm. 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, are approximately equal in importance to Price. Award shall be made on a best value basis. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall be evaluated to determine if the proposed equipment meets or exceeds minimum specifications. 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. Stronger consideration shall be given to equipment that possess the capability to exceed the stated preference listed in specifications 3 under the minimum required specifications under Line Item 0001. Past Performance will be evaluated to determine the overall quality of the product and service, 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 provided by NIST or its' affiliates. Quoters 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; 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 shall be evaluated to determine the extent of the Contractor's experience manufacturing similar Supercontinuum Fiber Laser Sources. Evaluation of relevant experience may be based on past performance references; however, the vendor should provide additional documentation relating to relevant experience. 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; 52.219-28 Post-Award Small Business Program Representation; 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; 52.225-3 Buy American Act - Free Trade Agreements-Israeli Trade Act w/Alternate II; 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. 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 March 11, 2010 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 shall 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/SB1341-10-RQ-0145/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02076736-W 20100227/100226094909-4191c4fa30028c23d8b3655754179186 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.