Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2004 FBO #0892
SOLICITATION NOTICE

59 -- Precision Multi-Channel LED Control System

Notice Date
5/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
Reference-Number-04-210-5052
 
Response Due
5/26/2004
 
Archive Date
5/26/2004
 
Point of Contact
Laurel Carey, Contract Specialist, Phone (301) 975-8838, Fax (301) 975-8884,
 
E-Mail Address
laurel.carey@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. RFQ Reference Number is issued under Quotations are requested. This acquisition is issued as a Request for Quote (RFQ), Reference Number 04-210-5052, FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22, April 4, 2004. *** This acquisition is set-aside for small businesses. The associated NAICS code is 334516. The small business size standard is 500. *** The National Institute of Standards and Technology (NIST) has a BRAND NAME OR EQUAL requirement for a Precision Multi-Channel LED Control System manufactured by ILX Lightwave Corporation, 31950 East Frontage Road, Bozeman, MT 59771. Quotations may be submitted for EITHER the brand name part numbers specified herein OR items manufactured by other small businesses that meet all of the salient, physical, functional, and performance characteristics of the brand name part numbers specified herein. BRAND NAME OR EQUAL descriptions are intended to be descriptive, not restrictive, and to specify salient characteristics of products that will be considered to fully meet the technical requirements.*** The National Institute of Standards & Technology (NIST) requires a multi-channel precision current source that controls the current to a series of LEDs. The multichannel controller will be used with different color (or different spectral power distributions) LEDs for applications in radiometry, photometry, and colorimetry. *** NIST has a requirement for the following BRAND NAME OR EQUAL Contract Line Item Numbers (CLIN's): CLIN 0001, Quantity of 1, MFR PIN LRS-9424/SP01, Multi-Channel LED Control System; CLIN 0002, Quantity of 1, MFR PIN 9400-321, Control-Measure Modules; CLIN 0003, Quantity of 1, MFR PIN 9400-425-SP02, 32 Device LED Head Assembly. *** Salient, physical, functional, and performance characteristics include: (1) The instrument must have minimum of 80 independent channels to obtain the desired spectral distribution. (2) LEDs shall be grouped into sets of anywhere from 3 to 10 LEDs, each independently controlled by the constant current source. (3) The range must be from 0A to 100 mA per channel (nominal: 0 to 50 or 0 to 200 mA), with a short term stability better than 0.1 % and an accuracy better than 0.25 %. Assuming a voltage drop up to 5 V per LED and up to 10 LEDs per channel, a voltage limit of ~ 50 V is required; a Vmax as low as 30 V for grouped channels is acceptable. (4) The LEDs must be packaged into 'heads' that are temperature controlled to reduce effects of ambient temperature on the radiometric output of the LEDs and mountable onto an integrating sphere. (5) Standard 2" heads must accommodate 36 LEDs or so (5 mm LED package). (6) 256 Leeds or up to 8 heads are required. *** Delivery shall be FOB DESTINATION. The vendor shall pay all charges to the delivery point and be responsible for any loss of and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. All line items shall be delivered to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** IMPORTANT: To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is essential to complete registration. To be assigned a DUNS number, call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. ***Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government. The Government will evaluate quotations based on Technical Capability and Price. Technical Capability is more important than Price. Evaluation of Technical Capability shall be based on the information provided and value indicators that clearly document that the offered products meet or exceed the specifications stated herein. Documentation may include the manufacturer sales literature or other product literature. Price will be evaluated only for quotations determined technically acceptable. *** The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 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: 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act, North American Free Trade Agreement, Israeli Trade Act; 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; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. 52.204-7, Central Contractor Registration. Full text of these provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://www.nist.gov/admin/od/contract/agency.htm. *** Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Quotations shall be valid for 30 days. *** Quotations may be emailed to laurel.carey@nist.gov or faxed to 301-975-6319, Attention: Laurel Carey. The RFQ Reference Number shall be prominently cited on facsimile or email. ***Quotations are due at 1:00 p.m. EST on May 26, 2004. Offerors are encouraged to verify that their submissions have been received, 301-975-8838.***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00579432-W 20040506/040504211837 (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.