SOLICITATION NOTICE
73 -- C-Band Infrared Laser of Measuring Wavelength
- Notice Date
- 7/11/2005
- 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-0799
- Response Due
- 7/26/2005
- Archive Date
- 8/10/2005
- 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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 (FAC) 2005-04. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a C-Band Infrared Laser of Measuring Wavelength to be used in the Manufacturing Metrology Division at NIST, Gaithersburg, MD. *** ***All interested offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) each, C-Band Infrared Laser of Measuring Wavelength. ***The C-Band Infrared Laser shall meet or exceed the following specifications: 1) Wavelength shall be tunable and mode-hop free between 1530nm and 1580 nm. A wider mode-hop free tuning range is acceptable. 2) The absolute wavelength accuracy shall be plus/minus 30 pm or smaller 3) The wavelength repeatability shall be plus/minus 15 parts per million or smaller. 4) Wavelength resolution shall be better (smaller) than 5 pm. 5) The maximum fiber coupled output power shall be 5dBm or more. 6) The laser shall have an integrated attenuator to reduce the output power. 7) Suppression of amplified spontaneous emission shall be 40 dB or better. 8) Laser shall have a FC/APC connector for polarization maintaining fiber. 9) Laser shall have a high-speed computer interface (GPIB, or Ethernet) that allows control of all of the functions of the laser remotely. **Delivery shall be FOB DESTINATION and 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 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 all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. *** ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 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 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** 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: (23) 52.212-3 Convict Labor; (24) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (25) 52.222-21, Prohibition of Segregated Facilities; (26) 52.222-26, Equal Opportunity; (27) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (28) 52.222-36, Affirmative Action for Workers with Disabilities; (29) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (33) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004) w/ Alternate I; (37) 52.225-13, Restrictions on Certain Foreign Purchases; (42) 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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the 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 provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. *** ***All quotes must be received not later than 3:30 PM local time, on July 26, 2005 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***Numbered Notes 1***
- Place of Performance
- Address: 100 Bureau drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: USA
- Zip Code: 20899-0001
- Record
- SN00844425-W 20050713/050711211734 (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 |