Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

66 -- Photon Counting Module

Notice Date
11/21/2003
 
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
04-844-3016
 
Response Due
12/8/2003
 
Archive Date
12/23/2003
 
Point of Contact
George Samen, Purchasing Agent, Phone 301-975-6492, Fax 301-975-6273, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
George.Samen@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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote. ***The National Institute of Standards and Technology (NIST has a requirement for 2 (two) photon counting modules. ***All interested offerors shall provide a quote for the following line items: LINE ITEM 0001: Photon Counting Modules The detector modules will be supplied one at a time to allow results of the first characterizations to be incorporated into the construction of an improved second prototype The following are required specifications for the system and shall be met: 1.Solid-state design 2.Sub-nanosecond photon pulse pair resolution 3.Time resolution 300 ps 4.Maximum count speed - 500 MHz 5.Multiphoton resolving capability - minimum of 4 6.Dark counts less than 400 cts/sec 7.Cooling and preamps built in 8.Capable of over- illumination without irreversible failure 9.Minimum sensitive area 100 micron 10.Spectral sensitivity from 650-900 nm 11.Physical size of entire module - less than 53mm x 53mm x 45mm 12.One year warranty including shipping costs, parts and labor. ***Delivery shall be FOB DESTINATION and shall be completed in accordance with the contractor?s commercial schedule. ***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. ***The Contractor shall deliver the equipment to NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance 3) Price. Technical Capability and Past Performance shall be more important than Price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors 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 specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or NIST and its affiliates. Offerors shall provide a list of at least three (3) references to which the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance will be evaluated to determine the overall quality of the product and service provided by the contractor. ***The following provisions and clauses apply to this acquistion: PROVISIONS: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 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: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (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, with Alternate I; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (25) 52.232-34, Payment by Electronic Funds Transfer-Other than 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 offerors shall submit the following: 1) An original and two (2) copies of a quotation which addresses Line Item 1; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the following provision: 52.212-3 Offeror Representations and Certifications-Commercial Items. All provisions may be downloaded at www.arnet.gov/far. ***All Quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: George A Samen, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. All offerors shall ensure the RFQ number is visible on the outermost packaging.***Submission shall be received by 3:00 p.m. local time on December 8, 2003.
 
Place of Performance
Address: 100 Bureau Dr, Gaithersburg MD
Zip Code: 20899
Country: USA
 
Record
SN00474868-W 20031123/031121230107 (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.