Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

66 -- Laser

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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
SB1341-06-Q-0061
 
Response Due
12/2/2005
 
Archive Date
12/17/2005
 
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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. 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 100% set-aside for small business. To qualify as a small business, the manufacturer and the distributor must be classified as a small business under the NAICS code identified above. Reference Numbered Note 1. The National Institute of Standards & Technology (NIST) has a need for a laser. The laser shall be used as a pump source for a nonlinear fiber to product correlated photon pairs for quantum cryptography applications. All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Laser, meeting or exceeding all of the following required specifications: (1) Laser wavelength & power must be fixed at 1064 nm with a minimum of 8 W of average power; (2) Doubler output wavelength & power must be fixed at 532 nm with a minimum of 4 W of average power; (3) System must allow for simple switching between these two wavelength outputs. Switching is expected to involve insertion or removal of a single optic with minimal alignment taking less than 5 minutes; (4) Laser bandwidth must be less than or equal to 0.05 nm; (5) Wavelength stability/tolerance must be less than 0.1 nm/24 hours; (6) Spatial mode: TEM00 mode, Msquared must be less than or equal to 1.2; (7) Pulse duration must be in the range of 5 to 15 ps; (8) Rep rate must be between 80 Mhz to 120 Mhz; (9) Power stability must be less than or equal to 1% rms over 24 hr and 0.1% rms above 1 kHz; (10) Pointing stability must be less than or equal to 25 microradians/degree C; (11) Polarization purity/ stability must be greater than 100:1; (12) Physical size must be less than or equal to the following: Head- 632x200x80 mm; Controller 470x400x160 mm; (13) Chiller must be included; (14) Turnkey system operation, (except for switching between two output wavelengths). There are to be no tuning or optimization procedures required to be performed by the end user; (15) Output may be fiber pigtailed or free space; (16) Warranty shall be for a period of 1 year or 4000 hrs whichever comes first. If installation is required, it shall be on-site and include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn key start-up, and demonstration of specifications. LINE ITEM 0002: TRAINING. The Contractor shall schedule and facilitate a training session for two (2) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and/or training must be scheduled, in advance, with NIST personnel. If applicable, training may be conducted immediately following completion of installation. Delivery, installation, and training should be completed not later than four (4) months after receipt of order. Delivery terms shall be FOB Destination. FOB Destination means 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 will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Preference shall be given to systems with the highest power and smallest form factor with the power having the greatest importance. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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. 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: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (5) 52.219-6, Notice of Total Small Business Set-Aside; (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (14) 52.222-3, 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; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3 Buy American Act?Free Trade Agreements?Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (27) 52.225-15, Sanctioned European Union Country End Products; and (31) 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. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; and 3) Description of commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Friday, December 2, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00934287-W 20051120/051118211725 (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.