Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

66 -- Magnesium Mercury ION Lasers

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-0698
 
Archive Date
6/29/2010
 
Point of Contact
Sue Bratton, Phone: 303-497-4973
 
E-Mail Address
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Magnesium Ion Lasers (I)This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FARSubpart 12.6, and 13.5 Test Program 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 will not be issued. (II)This solicitation is issued as a request quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0698. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. (IV)This procurement is restricted to small business. The associated NAICS code is 334516. The small business size standard is 500 employees. (V)This is a combined solicitation/synopsis for purchase of the following commercial items: CLIN 0001 - Magnesium Ion Lasers 3/ea CLIN 0002 - Mercury Ion Laser 1/ea CLIN 0003 - Plug-in frequency doubler for magnesium ion lasers 2/ea CLIN 0004 - Extended Warranty 1/ea (VI) Description of requirements: Performance Requirements for Turn-key Lasers for Magnesium and Mercury Ions The Ion Storage group requires low-maintenance turn-key lasers to manipulate magnesium and mercury ions. Manipulation of such ions is essential to several core research programs including the development of an atomic clock based on single mercury ions, development of quantum-logic clocks, and quantum computing. Without new lasers these programs would be impaired, because researchers are spending increasing amounts of time maintaining older and less reliable lasers, and waiting for repairs. New lasers would significantly enhance research productivity. TECHNICAL SPECIFICATIONS: CLIN 0001 (required): Magnesium ion lasers (qty 3) Center wavelength: 1118.54 nm +/- 0.1 nm (measured in vacuum) Slow tuning range: ± 200 pm Fast tuning range: ± 4 pm (bandwidth > 2 kHz) Output signal power: at least 2 Watts Line-width: less than 50 kHz Minimum warranty period: 1 year parts and labor CLIN 0002 (required): Mercury ion lasers (qty 1) Wavelength: 1126.276 nm (measured in vacuum) Slow tuning range: ± 200 pm Fast tuning range: ± 4 pm (bandwidth > 2 kHz) Output signal power: at least 0.8 Watts Line-width: less than 50 kHz Minimum warranty period: 1 year parts and labor CLIN 0003 (optional): Plug-in frequency doubler for magnesium ion lasers (qty 1 to 2) To be used in conjunction with the lasers in item 1. An attachment method must be provided that allows operators to connect and disconnect frequency doublers and lasers. Output signal power at 559.27 nm: at least 0.5 Watts Minimum warranty period: 1 year parts and labor CLIN 0004 (optional): Extended warranty Extension of warranty for CLIN 0001 items to cover one year parts and labor costs for 3 years. The items must not require alignment or maintenance by operators. (VII)Place of delivery is NIST847, Division 847, 325 Broadway, Boulder, Colorado 80305-3328. Required delivery is 3 months ARO. (VIII)FAR 52.212-1, Instructions to Offerors -- CommercialItems (JUN 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide detailed information on contractor's ability, experience and expertise to satisfy requirements to include past performance with a list of references. Contractors must be registered in the Central Contract Registration database (CCR): http://www.ccr.gov/. If any contractor is available on a Government Wide Acquisition Contract (GWAC) the contract number and the contracting agency information shall be provided with the offer. (b)(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary to describe the technical capability in IX(a). (b)(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (IX)FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows and factors appear in descending order of importance: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability: (1) the items must not require alignment or maintenance by operators and (2) the vendor must be able to document past uninterrupted operation of equivalent systems for at least 1000 hours with minimal performance degradation. To further evaluate quotes NIST may request documentation of performance and reliability test before making an award decision. Past Performance: NIST may request documentation of performance and reliability tests before accepting quotes. Price: Technical and past performance, when combined, are equal to price. Required Delivery Date: 3 months ARO. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X)The Contractor must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representation and certifications electronically at https://orca.bpn.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: FAR 52.203-6 Restriction on Subcontractor Sales to the Government, with Alternate I (SEPT 2006) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2009) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52-222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-54 Employment Eligibility Verification (JAN 2009) FAR 52.225-5 Trade Agreements (AUG 2009) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) The following clauses under subparagraph (c) apply: None (XIII)The following clauses are also applicable to this acquisition: None (XIV)The Defense Priorities and Allocations System (DPAS) does not apply. (XV)The Government intends to award a firm fixed-price purchase order resulting from this solicitation. (XVI)Quotes are required to be received in the contracting office no later than 12:00 P.M. MDT on Monday, June 14, 2010. All quotes must be faxed or emailed to the attention of Contract Specialist Sue Bratton. The fax number is (303) 497-3163, and email address is sue.bratton@noaa.gov. If quotation and documentation exceeds 25 pages please mail or send by private carrier to: Department of Commerce, National Oceanic and Atmospheric Administration, Western Acquisition Division, Attn: Sue Bratton MC3, 325 Broadway, Boulder, Colorado 80305-3328. (XVII) Any questions regarding this solicitation should be directed to Contract Specialist Sue Bratton, (303) 497-4973, sue.bratton@noaa.gov and received no later than Friday, June 8, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0698/listing.html)
 
Place of Performance
Address: NIST Div 847, 325 Broadway, Boulder CO 80305, United States
Zip Code: 80305
 
Record
SN02167224-W 20100605/100603234943-83269fc4814de0add7313690016bb133 (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.