SOLICITATION NOTICE
66 -- 785 Nanometer Diode Laser for Raman Microscopy
- Notice Date
- 4/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NB837030-7-03977
- Response Due
- 4/13/2007
- Archive Date
- 4/28/2007
- Description
- 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST) has a requirement for one 785 Nanometer Diode Laser for Raman Microscopy. LINE ITEM 0001: Quantity one (1) each 785 Nanometer Diode Laser for Raman Microscopy, meeting all of the following required minimum specifications: 1. Output power (cw) must be 500 mW; 2. Linewidth must be 15 MHz or less; 3. Wavelength stability must be 0.02 nm per hour; 4. Beam quality must be M squared less than 1.7; 5. Beam divergence must be 2.9 millirads or less; 6. Beam pointing stability must be 40 microrads or less. 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. Delivery shall be completed in accordance with the contractor?s commercial schedule. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. 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 the specifications stated herein. The full text of the 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 Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; Offerors must complete annual representations and cerifications 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 Contractors 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: (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 (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 Agreement?Israeli Trade Act (Jan 2006). With Alternate I (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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. 2). Two (2) originals of technical description and/or product literature; All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 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 April 13, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: 100 Bureau Drive, MS 1640, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01266990-W 20070407/070405220447 (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 |