Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

66 -- Ti:Sapphire Pulsed Laser Amplifier System

Notice Date
4/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0385
 
Archive Date
5/17/2003
 
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
anita.tolliver@nist.gov, carol.wood@nist.gov
 
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 the Federal Acquisition Circular 2001-13. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The National Institute of Standards and Technology (NIST) has a requirement for a Ti:Sapphire Pulsed Laser Amplifier System. All interested offerors shall provide a quote for the following line items: Line Item 0001: Ti:Sapphire Pulsed Laser Amplifier System, Quantity: one (1) each which shall meet the following specifications: a. All solid-state, self-contained regenerative Ti:Sapphire amplifier system for a <30 fs pulsed oscillator delivering >65 nm bandwidth for seeding (NIST supplied) and 10 Watts or greater pumping input, b. Includes internal seed chirp-pulse stretcher and amplified output pulse compressor delivering <30 fs pulse duration, c. Output pulse energy at 1 KHz repetition rate to exceed 2.5 mJ with 30 mJ input and 0.5 mJ at 10mJ input, d. Single mode, TEMoo output beam, 10 mm or smaller diameter (at 1/e2) with less than 0.5 mrad divergency preferred with M-squared <1.5 and ellipticity <20%, e. Pointing stability <25 microrad/degree Celcius/hour, f. Amplitude noise <1% rms at 1 and 5 KHz repetition rate. Power stability drift +/- 1% or less over a two hour period, g. Preferred output polarization: Horizontal linear orientation with 100:1 extinction ratio or better for pre and post pulses, h. 110 VAC, 60 Hz with <20 Amp power requirements for supplied TE cooler power supplies, Pockels cell timing electronics (<0.5 ns jitter) or other diagnostics, i. One-year parts and service warranty with unlimited operation time, and j. All optical and electronics schematics with documentation and manuals shall be provided. Line Item 0002, Delivery FOB Destination, Quantity one (1) shipment: 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 and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Delivery shall be no later than 90 days ARO. Line Item 0003: On-site installation and demonstration prior to acceptance of equipment. This shall be scheduled with the Technical Information Contact and shall be completed not later than two (2) weeks after delivery of the equipment at NIST, Gaithersburg, Maryland; Quantity one (1) job: Installation shall include the following: Uncrate, hook-up, set-up and demonstration. For the demonstration, the Contractor must clearly demonstrate that their system shall deliver the pulse duration and output power specifications required by NIST. NIST will supply a <20 fs, >65 nm bandwidth seed laser (Kapteyn-Murnane Ti:sapphire) running at 250 microjoules average power at 800 nm and 80 MHz. Output pulse duration (<30 fs required) shall be demonstrated after installation using a vendor-supplied autocorrelator cross-checked for calibration against a NIST autocorrelator. The regenerative amplifier output power will be measured using vendor and NIST calibrated power meters as a function of input power delivered by a diode-pumped Evolution X laser (up to 10 mJ/pulse at 1 KHz). If the vendor can demonstrate output beam shape and divergence with a beam analyzer that is preferred. Measurement of these and other output beam parameters listed as required specifications would then be made by NIST during a two-week testing period before full acceptance can occur. Note that the Government will consider making a partial payment of no more than 33% of the total price upon delivery of the equipment and in accordance with the Prompt Payment Act. A payment of the remaining balance will be made upon completion of installation, demonstration of the specifications, acceptance by the Government, receipt of a proper invoice, and in accordance with the Prompt Payment Act. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price, and other factors considered. The following will be used to evaluate quotations: 1) Technical capability to meet or exceed agency need. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include the make and model of the products, manufacturer sales literature or other product literature, which clearly documents that the offered product meets or exceeds the specifications stated above. 2) Past Performance shall 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 the offeror?s recent and relevant past performance on contracts with NIST or its affiliates. Offerors shall provide a list of at least FIVE (5) references to whom they have provided the same or a similar item. 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, order or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of the delivery or the date services were completed; and 3) Price. Evaluation factors 1, 2 when combined are more important than price. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (19)(i) 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act?Balance of Payments Program; (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. The Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer also applies to this acquisition and can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit an original and two (2) copies of the following: 1) A quotation which addresses all line items; 2) Make and model of the products, manufacturer sales literature or other product literature which clearly documents that the offered product meets or exceeds the specifications stated above; 3) The most recent published price list(s); 4) Offerors shall provide a list of at least FIVE (5) references to whom they have provided the same or a similar item. 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, order or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of the delivery or the date services were completed; and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Anita Tolliver, RFQ SB1341-03-Q-, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. local time on May 2, 2003. Faxed offers will not be accepted.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00307038-W 20030420/030418213357 (fbodaily.com)
 
Source
FedBizOpps.gov 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.