Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

66 -- Spectral Light Engines

Notice Date
3/19/2010
 
Notice Type
Presolicitation
 
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
SB1341-10-RQ-0234
 
Archive Date
4/17/2010
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The Optical Technology Division (OTD) of the National Institute of Standards and Technology (NIST) advances the optical radiation measurement science and standards required by industry, government and academic programs that are dependent upon optical technology for their competitiveness and success. The OTD has the institutional responsibility for maintaining two (2) of the seven (7) SI base units: the unit for temperature, or elvin, and the unit of luminous intensity, or candela. To meet its mission, the OTD currently requires two (2) spectral light engine systems. Accordingly, responsible quoters are being sought to fulfill the needs of the OTD for all of the following line items noting that a quotation will be honored and considered if the entire quotation delineates two (2) complete spectral light engine systems meeting or exceeding all of the following line items even if all line items are not quoted separately, noting that the minimum specifications include: A. Ability to combine two (2) spectral light engines together for continuous coverage over the 380 nm to 1100 nm or greater spectral range; B. Software which can control two (2) spectral light engines concurrently; C. Integrated feedback spectrometer; D. Short-term stability of equal to or better than 0.5%; E. Spectra changes of 140us or less; and F. Single ox unit design (integrated lamp and power supply) for each wavelength range. LINE ITEM 0001: Quantity one (1) each OneLight Spectra Near Infrared, Part #OSNIR 500, or similar item meeting or exceeding all of the specifications of this product; LINE ITEM 0002: Quantity two (2) each Liquid Light Guide 5mm x 2m, Part #LLG5-2, or similar item meeting or exceeding all of the specifications of this product; LINE ITEM 0003: Quantity two (2) each OneLight Feedback Spectrometer, Part #OSSPEC, or similar item meeting or exceeding all of the specifications of this product; LINE ITEM 0004: Quantity two (2) each Fiber Optic Patch Cord, 2M, Part #OFA-2, or similar item meeting or exceeding all of the specifications of this product; LINE ITEM 0005: Quantity two (2) each OneLight USB Power Meter with Detector and OSACS; Part #OSPPM, or similar item meeting or exceeding all of the specifications of this product; LINE ITEM 0006: Quantity one (1) each Spectra 500W Xenon Replacement Lamp Module, Part #LM500XE, or similar item meeting or exceeding all of the specifications of this product; and LINE ITEM 0007: Quantity one (1) each OneLight Spectra Visible, Part #OSVIS 500, or similar item meeting or exceeding all of the specifications of this product. DELIVERY Delivery must be completed no later than 60 days after receipt of order. All line items (or products comprising two (2) full spectral light engine systems if not quoting line items separately per the aforementioned) shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899. Delivery terms shall be FOB Destination regardless of prepaid delivery charges as NIST shall not be responsible for any liability that may be associated with items in transit. 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of all line items. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/best value basis. Technically acceptable means that all line items (or products comprising two (2) full spectral light engine systems if not quoting line items separately per the aforementioned) satisfy the technical requirements required by this solicitation. Of the technically acceptable quotations, a weighted value will be applied to each respective part of the overall quotation to yield the awardee. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 4) 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. 5) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be sent via E-mail to Charles Koehler at charles.koehler@nist.gov. Quotations or inquiries submitted via any other means will not be acknowledged nor honored. Quotations are due April 2, 2010, at 12:00 PM ET. Submission must be received no later than 12:00 PM ET on April 2, 2010. PROVISIONS AND CLAUSES 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; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.219-28, 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; 52.225-1; Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0234/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02097423-W 20100321/100319234805-28e261978bf6b6c369fed778a0be9756 (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.