Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

66 -- Laswe

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-05-846-3353-01
 
Response Due
8/1/2005
 
Archive Date
8/16/2005
 
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 05-04. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 500 employees. All interested parties may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) laser. All interested parties are invited to submit a quote for the following line items: LINE ITEM 0001: Laser meeting the following specifications: The National Institute of Standards and Technology (NIST) requires a 10W laser at 1083.0 nm and shall be able to provide a linearly polarized output with a stable direction of polarization. This laser will be used for the metastability-exchange optical pumping of helium gas. Due to the nature of NIST?s research application, the laser is required to perform at a wavelength of 1083 nm, with a bandwidth of just under 2 gigahertz. The laser is also required to be able to tune over a 50 gigahertz range and access all of the helium atomic transitions. Additionally, NIST requires an easily portable laser, so it should not require water cooling and should operate from standard 110V AC. *** DELIVERY SHALL BE FOB DESTINATION. Delivery is required 10 weeks after receipt of order. *** 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. *** Award shall be made to the Vendor 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, and 3) Price. Technical and Past Performance are equally important. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Vendors shall include the make and model of the product, manufacturer sales literature or other product literature that clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Vendors 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 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 Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Vendors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-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: (1) 52.222-3, Convict Labor; (2) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (3) 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; (5) 52.225-3; Buy American Act-Free Trade Agreement-Israeli Trade Act (41USC 10a-10d, 19 USC 3301 note, 09 USC 2112 note), Alternate I; (6) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (7) 52.232 33, Payment by Electronic Funds Transfer ?Central Contractor Registration (31 USC 3332); and (8) 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 interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies of the technical description and/or product literature; 3) Description of commercial warranty; and 4) Two (2) copies of the most recent published price list(s). Vendors are required to submit Representations and Certifications electronically which can be located at http://orca.bpn.gov. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** Submission must be received by 3:30 p.m. local time on August 1, 2005. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: National Institute of Standards and Technology, Gaithersburg, Maryland
Zip Code: 20899
Country: US
 
Record
SN00851737-W 20050723/050721211747 (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.