Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

66 -- Telecom Laser

Notice Date
6/15/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0259
 
Response Due
6/30/2007
 
Archive Date
7/15/2007
 
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 05-17. 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 unrestricted and all interested quoters may submit a quote. The National Institute of Standards and Technology (NIST), has a requirement for a Telecom Laser with output wavelength within one of the telecom bands (either 1.319 or 1.55 micrometers) for use in experiments involving high-finesse optical cavities incorporating micromechanical mirrors. The laser will be used to couple into a fixed-length Fabry-Perot cavity whose length may be as small as 10 mm. The cavity finesse is expected to be in excess of 1000. The laser must have a linewidth below that of the linewidth of the smallest Fabry-Perot cavity we might want to probe. It must be able to be tuned to a cavity mode and allow fast frequency control to lock the laser frequency to the cavity mode. Amplitude noise should be low. The cavity into which we will couple the laser will have a free spectral range that may be as high as 15 GHz. Since the cavity will not be tunable, the laser must have a tuning range of at least 15 GHz, with no gaps in tunability over this range. Since tuning will take place inside a control loop, an electronic tuning input must be available (software tuning alone, or control from a knob, is not adequate). We expect to have a cavity finesse of at least 1000; thus, the cavity linewidth will be in the vicinity of 15 MHz. Consequently the laser linewidth must be smaller than 150 kHz and the laser must have fast tuning ability with a range of at least 150 MHz. Once again, an electronic tuning input must be available (software tuning alone, or control from a knob, is not adequate). LINE ITEM 0001: Quantity one (1) each Telecom Laser, meeting all of the following required specifications: A. The wavelength shall be 1.319 micrometers or 1.55 micrometers; B. The laser must have a slow tuning range of at least 15 GHz, with no gaps in tunability over this range. Slow tuning is usually accomplished by temperature. This tuning ability must be in the form of an electronic input; C. The laser linewidth must be smaller than 150 kHz; D. The laser must have "fast" tuning ability with a range of at least 150 MHz. Fast tuning is usually accomplished by means of a piezoelectric actuator. Again, an electronic input must be provided. The bandwidth of this control must be at least 5 kHz; E. Optical power output: Must be a minimum of 40 mW; F. The laser output must be linearly polarized and provided by a single-mode, polarization-maintaining fiber. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery terms shall be FOB Destination. Delivery shall be completed not later than 12 weeks after receipt of order. 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. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) and Price. Technical Capability shall be more important than price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make model of the products, manufacturer sales literature or other product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. Price will evaluated for reasonableness. Stronger Consideration Selection of a system that meets the minimum stated requirements will be made on a best-value basis (performance/cost ratio). Under technical capabilities factor, additional consideration will be given for a system that would provide the following characteristics (listed in order of importance): 1. Lower amplitude noise (often called RIN, for Residual Intensity Noise); 2. Greater tuning range (Slow); 3. Greater tuning range (Fast) ; 4. Smaller linewidth; 5. Greater optical power. 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: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Quoters must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror 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: (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) 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; (23) 52.225-1 Buy American Act?Supplies; (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 copy of a quotation which addresses all of the above Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) A list of at least five (5) 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; and 4) A description of commercial warranty; 5) An original and one (1) copy of the most recent published price list(s). 6) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 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 June 30, 2007. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01319910-W 20070617/070615220516 (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.