Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

66 -- YB66 Single Crystal Wafers

Notice Date
3/1/2005
 
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
SB1341-05-Q-0357
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
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 2001-27. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all Responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST) has a requirement for two (2) YB66 Single Crystal Wafers to be used by NIST?s Ceramics Division in the ultra-high vacuum x-ray beamline X24A that is located at the National Synchrotron Light Source (NSLS). This monochromator uses a double crystal boomerang type design to obtain fixed exit, monochromatic beam over its entire energy range. Before the monochromator, there is a vertically collimating circular mirror with a 1 kilometer radius, and after the monochromator there is a horizontally focusing cylindrical mirror. The YB66 crystals shall operate inside the monochromator, and they shall be used to deliver monochromatic x-rays via Bragg diffraction from the ?white? beam produced by the NSLS x-ray storage ring. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity of two (2) YB66 Single Crystal Wafers meeting the following required specifications: **The YB66 crystals shall be oriented and cut to expose the (400) crystal plane as the crystal surface. These planes shall have a 2d spacing of 11.72 angstroms because the energy range for which we intend to use the crystals is between 1 and 2 keV. The crystals must be clean and ready for use in ultra-high vacuum; **Each crystal must be 40 mm long and 20 mm wide. The crystals must be a minimum of 1 mm thick, and both crystals must have the same thickness; **The single-crystal quality of both crystals must be checked by the supplier by x-ray diffraction rocking-curve analysis, and this analysis must be supplied with the crystals. The crystal rocking curves of both crystals shall have only a single peak across the entire surface of the crystal. The width and theta value of the crystal rocking curves of both crystals must be identical to the test crystal across the entire surface of the crystal; **The full width at half maximum of the crystal rocking curve for both crystals must translate to a resolution on X24A that is better than 0.25 eV at 1100 eV increasing monotonically to better than 1 eV at 2000 eV; **X-ray topographic analysis of the crystals will be performed by NIST. The x-ray topographs must demonstrate that the entire surface of both crystals diffracts at the same Bragg angle, and that the crystals are free of defects, such as twinning, grain structures, differences in lattice constant, fabrication damage (such as scratches, pits, and digs), etc., across their entire surfaces; **The entire surfaces of both crystals must be homogeneous as revealed by x-ray topography (performed by NIST) and have a single peak in its x-ray diffraction rocking curve. The entire surface will be mapped for each crystal by NIST. ****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 crystals to NIST, Building 235, 100 Bureau Drive, Gaithersburg, MD 20899-0001. *****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 evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance; 3) Past Experience; and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, shall be equal to Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the documentation (for example certificate of analysis) or other product literature, which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above. In determining best value, the Government will give strongest consideration to: crystal quality. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number and email address of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of the vendor?s experience in successfully providing comparable laser oscillators for the types of applications described herein. Information on past experience may be obtained from references. ****Past Performance, Past Experience, and Price shall be evaluated only on quotations determined to be technically acceptable in accordance with the technical capability factor. 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 Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ****The following provisions and clauses apply to this acquisition: Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 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: (14) 52.212-3 Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004) with Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Two (2) copies of the technical description and/or product literature; 3) Two (2) copies of Past Performance References List; 4) Two copies of Past Experience Information; 5) Two (2) copies of the description of commercial warranty; and 6) Two (2) copies of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on March 15, 2005. All questions should be addressed in writing (via email) to the Contract Specialist at Erin.Schwam@nist.gov. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00760081-W 20050303/050301211725 (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.