SOLICITATION NOTICE
66 -- Optical Profiler
- Notice Date
- 7/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens 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-0517
- Response Due
- 8/10/2006
- Archive Date
- 8/25/2006
- 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. 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) 2005-11.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Optical Profiler System. ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Optical Profiler System, which shall include the following components and meet or exceed the following required specifications: A. Long-working distance, incoherent light interference microscope: 1) Magnifications: 5X, 10X, and 20X; 2) Working distance: at least 20 mm at 20X magnification; 3) Field of view (L x W): at least 0.3 mm x 0.3 mm at 20X magnification; 4) Focus resolution: plus or minus 5 nm or better; 5) Operating modes: phase-shifting interferometry and vertical scanning interferometery; 6) Camera: black and white CCD with remote video monitor; 7) Light source: software controlled/autosetting, white light or quasi-monochromatic; 8) Microscope stand with sample translation stage or similarly equipped probe station; B. Image processing system with microscope control hardware and image processing software: 1) Computer with monitor, keyboard, and I/O and video boards to operate the microscope in the specified modes; 2) PC based image pattern matching software using subpixel interpolation; 3) PC based image analysis software; 4) GPIB communication with external equipment; C. Measurement and functional requirements: 1) Capture surface profile of a cantilever beam 300 micrometers long, 50 micrometers wide and 2 micrometers thick that is deflected by 2 micrometers at its free end; 2) Hardware and software to enable stroboscopic imaging capabilities for measurement of dynamic deflection shapes through a frequency range of at least 100 Hz to 200 kHz. D. Documentation: 3) Vendor shall provide two copies of a manual for the system at the time of delivery. This manual may be a three ring binder or other type of bound document but must include the following: a) A description of the system that includes a drawing and list of materials; b) All associated product manuals, cut sheets, etc for the components of the system; c) A general instruction manual that describes the technical function of the system and how to use the software to process various images; Line item #0002: Installation: The Contractor shall provide installation for the Optical Profiler System. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system check for manufacturing defects and any damage during shipment. After initial setup, the installer must test and demonstrate all equipment. Installation shall be completed not later than 2 weeks after receipt of system. Any installation charges shall be included with quotation for product. Acceptance Criteria: Performance of the system must be verified using vertical step height standards of 1.8, 8, and 24 micrometers height. The Contractor must demonstrate that the calibrated system can accurately measure step heights on the order of 5 micrometers to within 0.1 percent relative uncertainty (plus or minus 5 nm) and to capture a dynamic mode shape at 100 kHz. ***The Contractor shall provide a minimum of one year warranty coverage for the instrumentation. *** ***Delivery shall be completed not later than 8-12 weeks after receipt of an order. Delivery 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & price shall be 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 capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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.*** ***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: (13) 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases 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 Line Item 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s);and 5) A list of 3 references that lists the references name, contact person, phone number, and e-mail address ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:00 p.m. local time on August 10, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. ***
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
- Zip Code: 20899-1640
- Country: UNITED STATES
- Zip Code: 20899-1640
- Record
- SN01099230-W 20060729/060727220403 (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 |