Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2006 FBO #1669
SOLICITATION NOTICE

66 -- Low-Light Level Spectroscopy System

Notice Date
6/20/2006
 
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-0469
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
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) 2006-09. 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 under the aforementioned NAICS code. The U. S. Department of Commerce (DOC), The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Low-Light Level Spectroscopy System at NIST, Gaithersburg, Maryland. THE CONTRACT LINE ITEM NUMBER (CLIN) FOR THIS SOLICITATION IS AS FOLLOWS: CLIN 0001: LOW-LIGHT LEVEL SPECTROSCOPY SYSTEM CONSISTING OF A SCANNING MONOCHROMATOR/IMAGING SPECTROMETER, A HIGH-PERFORMANCE 2-DIMENSIONAL CCD ARRAY, AND CONTROL SOFTWARE THAT SIMULTANEOUSLY CONTROLS, INCLUDING CONTRACTOR ACCEPTANCE TESTING AND CONTRACTOR TRAVEL COSTS (IF ACCEPTANCE TESTING IS NORMALLY DONE AT THE CUSTOMER INSTALLATION SITE BY THE CONTRACTOR AFTER DELIVERY); QUANTITY: 1; UNIT: EA. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY; THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. MINIMUM REQUIREMENTS FOR CLIN 0001: Spectrometer: - 0.750 meter focal length spectrometer - f/9.7 optics - 0.0025 nm stepper motor controlled drive step - Easily exchangeable triple grating mount - Gratings: (i) 600 gr/mm, 68 x 68 mm blazed at 1 micrometer; (ii) 1200 gr/mm 68 x 84 mm holographic grating; (iii) 1500 gr/mm, 68 x 84 mm holographic grating. All for use between 600 nm and 1400 nm. - Silver coated mirror elements - 2 inputs, 2 outputs. Input with computer-controlled slit and with motorized entrance mirror. Output with motorized mirror, and can accommodate 2 CCD arrays. - VIS-NIR fiber bundle (400 nm to 2000 nm) with fiber focusing optics - Gas purging system CCD Array: - Liquid nitrogen cooled CCD array - 1340 by 100 pixels - Shutter system - Liquid nitrogen controller - High speed communications port - System read noise below 5 electrons at 100 kHz - Quantum efficiency at least 30% at 1 micrometer Computer System: - Real-time acquisition, display and data processing software EVALUATION FACTORS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Past performance information for similar contracts/orders completed within the past 3 years 3. Evaluated Price for CLIN 0001 Non-Price Factor 1 is more important than Non-Price Factor 2 and, when combined, are significantly more important than Factor 3. Delivery shall be made within three (3) months or less after receipt of order (ARO). The destination for shipment purposes of CLIN 0001 will be: NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. 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. Clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; 52.219-8, Utilization of Small Business Concerns; 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; 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 Alternate I, Buy American Act-Free Trade Agreements- Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All clauses may be viewed at http://acquisition.gov/far/index.html. EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11). See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically. The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to Lisa.Wells@nist.gov. Quotations must be received at those email addresses no later than 3:30:00 p.m. Eastern Time on June 30, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to Lisa.Wells@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within five days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01073583-W 20060622/060620220249 (fbodaily.com)
 
Source
FedBizOpps 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.