Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

66 -- OPTIC-MECHANICAL COMPONENTS FOR CUSTOMIZED MICROSCOPE

Notice Date
8/3/2007
 
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
SB1341-07-RQ-0395
 
Response Due
8/8/2007
 
Archive Date
8/23/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being conducted on an unrestricted competitive basis. This solicitation seeks quotes for NEW optic mechanical components. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-07-RQ-0395; the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-18. The North American Industrial Classification System (NAICS) code for this solicitation is 339111, and the size standard is 500 employees. (For size standards go to: htttp://www.census.gov/epcd/www/naics.html) ***Line items 0001 ?V 0027 are a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency??s needs.*** MINIMUM REQUIREMENTS FOR THE SYSTEM BEING PROCURED: The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: Interferometer (Line Items #0001 ?V 0008: Brand Name or Equal) : Item No. 0001: Broadband Hollow Retro reflector, MFR Newport, Part # UBBR1-1I; Quantity: 1, Unit of Measure, Each. Item No. 0002: Broadband Non-polarizing cube Beam splitter (12.7mm 700-1100nm), MFR Newport, Part #05BC17MB.2, Quantity: 1, Unit of Measure, Each. Item No. 0003: Tilt and Rotation Stage, MFR Newport, Part #PO46BL-50; Quantity: 1, Unit of Measure, Each. Item No. 0004: Beam splitter translator, MFR Newport, Part #UMR5.16, Quantity: 1, Unit of Measure, Each. Item No. 0005: Vertical-drive kinematic optical mounts (12.7mm optics), MFR Newport, Part #HVM-.5; Quantity: 4, Unit of Measure, Each. Item No. 0006: Motorized actuator (micrometer), MFR Newport, Part #NSA12; Quantity: 1, Unit of Measure, Each. Item No. 0007: ULTRAlign linear stage, MFR Newport, Part #462-X-M; Quantity: 1, Unit of Measure, Each. Item No. 0008: Iris Diaphragms, MFR Newport, Part #ID-0.5; Quantity: 6; Unit of Measure, Each. Dispersion/Filter system (Line Items #0009 ?V 0017: Brand Name or Equal) Item No. 0009: NewStep Universal Rotator, MFR Newport, Part #NSR1; Quantity: 4, Unit of Measure, Each. Item No. 0010: ND rotator attachment including 50G02AV.2 ND optic, MFR Newport, Part #NSND-4; Quantity: 2, Unit of Measure, Each. Item No. 0011: Filter wheel attachment, MFR Newport, Part #NSFW-1, Quantity: 2, Unit of Measure, Each. Item No. 0012: NewStep motion controller, MFR Newport, Part # NSC200; Quantity: 1, Unit of Measure, Each. Item No. 0013: Power supply, MRF Newport, Part #NSC-PS25, Quantity: 1, Unit of Measure, Each. Item No. 0014: Power cable, MFR Newport, Part #NSC-PSC1, Quantity: 1, Unit of Measure, Each. Item No. 0015: RS-485 cable, MFR Newport, Part #NSC-CB1, Quantity: 1, Unit of Measure, Each. Item No. 0016: RS-232 / rs-485 converter, MFR Newport, Part #NSC-485-232-I, Quanity: 1, Unit of Measure, Each. Item No. 0017: New Step 8 axis switch box, MFR Newport, Part #NSC-SB; Quantity: 1, Unit of Measure, Each. Laser Output and Prism Compressor (Line Items #0018 ?V 0021: Brand Name or Equal) Item No. 0018: Beam Steerer, MFR Newport, Part #BSD-2A; Quantity: 1, Unit of Measure, Each. Item No. 0019: Extension post, MFR Newport, Part #PS-4E; Quantity: 2, Unit of Measure, Each. Item No. 0020: Micrometer adjuster, MFR Newport, Part #BM11.16; Quantity: 1, Unit of Measure, Each. Item No. 0021: Ultrafast Prism Compressor with SF10 prisms, MFR Newport, Part #01SI21380; Quantity: 1 Beam alignment (Line Item # 0022 Brand Name or Equal) Item No. 0022: vertical-drive kinematic optical mounts (12.7mm optics), MFR Newport, Part #HVM-.5; Quantity: 4, Unit of Measure, Each. Spectrometer (Line Items #0023 ?V 0027: Brand Name or Equal) Item No. 0023: Diffraction Grating Mount, MFR Newport, Part #DGM-1; Quanity: 1, Unit of Measure, Each. Item No. 0024: Concave monochromator grating, MFR Newport, Part #17MG1200-450; Quantity: 1, Unit of Measure, Each. Item No. 0025: Precision xy optic positioner, MFR Newport, Part #SB18YZBM; Quantity: 1, Unit of Measure, Each. Item No. 0026: Multi-axis lens positioner, MFR Newport, Part #LP-1A-XYZ; Quantity: 3, Unit of Measure, Each. Item No. 0027: Objective adapter, MFR Newport, Part #LPMH-1; Quantity: 2, Unit of Measure, Each. Item No. 0027: Pinhole aperture (5 micron), MFR Newport, Part #910PH-5; Quantity: 1, Unit of Measure, Each. The components offered for CLIN??s 0001 - 0027 must meet or exceed the following salient characteristics to be considered technically acceptable: Specifications: 1. Broadband hollow retroreflector- shall be 25 mm aperture, shall have a wavefront distortion of less than or equal to one third of the operating wavelength, and shall have parallelism of at least one arc second. 2. Linear stage and motorized actuator- The stage shall have 1?? travel, English mounting holes, and at least a 40 lb load capacity. The motorized actuator shall have 10 mm of travel and greater than 2.5 ??m positioning repeatability. 3. Diapersion and filter system- shall have a motorized universal rotator with a 1?? threaded aperture for 25.4 mm optics, 1 degree step resolution, 360 degree travel range, and a maximum speed of at least 100 degrees/second. The accessories to the universal rotator should be a circular variable metallic neutral density filter with a 125 to 130 mm diameter, optical density range of 0.5 to 2, and surface flatness that is less than or equal to one wavelength. Other items in this system include a filter wheel attachment, motion controller, power supply, power cable and converter, and a switch box. 4. Ultrafast broadband 45 degree mirror- shall be for 12.7 mm (0.5??) diameter optics having greater than 99% reflectance for the s and p polarizations from 750 to 875 nm. Group velocity dispersion should be 0 from 780 to 825 nm. 5. Ultrafast broadband 45 degree mirror- shall be for 25.4 mm (1.0??) diameter optics having greater than 99% reflectance for the s and p polarizations from 750 to 875 nm. Group velocity dispersion should be 0 from 780 to 825 nm. 6. Irises- Continuously adjustable iris diaphragms from 1 to >10 mm aperture and mount into a 0.5?? optic holder. 7. Monochromator grating and mount- the concave monochromator grating shall have 1200 grooves/mm with an imaging range of 1550 to 350 nm. The blaze wavelength shall be 450 nm. Input f number shall be 2.5. Substrate dimensions shall be between 40 and 43 mm on each side. The grating shall fit on the grating mount which has 4 axes of adjustment. The yaw and roll shall be about the center point. It shall have at least 10 arc seconds of angular sensitivity. 8. Broadband non-polarizing sub beamsplitter- 12.7 mm (0.5??) in diameter. The intensity of the reflected s and p components shall be with 10% of each other. The wavelength range is from 700 to 1100 nm. 9. Ultrafast prism compressor- shall have two Brewster??s angle dispersing prisms designed for ultrafast lasers. Shall be 25 mm diameter and made from SF10 material. Surface flatness should be greater than or equal to wavelength divided by 10. The prisms shall be adjustably mounted with tilting and unidirectional translating capability. There shall be two broadband silver protected mirrors with kinematic mounts for beam folding. Posts, post holders, and bases are used as needed. Manuals: The delivered items must include all manuals, schematics, and mechanical drawings, necessary to operate and maintain them. *** DELIVERY SHALL BE F.O.B. DESTINATION to the National Institute of Standards and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. The provision at FAR 52.212-1, Instructions to Offerors - Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-1; 52.225-13; 52.232-33. The following additional clauses apply to this solicitation: 52.204-7 and 52.211-6: BRAND NAME OR EQUAL. (Full text of clauses is accessible at http://www.arnet.gov/far). INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?XCommercial Items, with its offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under Current FAR in either .html format or .pdf format. (2) A minimum of three (3) past performance references for similar contracts/orders completed within the past 3 years, to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number. (3) Warranty information, including both duration of warranty and nature of the warranty (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may be offered, and, if offered, it must be priced separately in the quotation). Include detailed information regarding how warranty service would be provided, if necessary, by the contractor after award, including, at a minimum, responses to the following: (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (4) Estimated time of delivery after receipt of order. (5) Technical Service Support Information EVALUATION FACTORS FOR AWARD: Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Delivery Date; (3) Duration and nature of warranty offered, ease of obtaining timely warranty service for Item Numbers 0001 - 0027; (4) Availability of spare/replacement parts; and (5) Evaluated price. Non-price evaluation factors (1), (2), (3), (4), and (5) are approximately equally important, and collectively, are approximately equally important to the evaluated price. To be eligible for award, an offeror must be registered in the Central Contractor Registration (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. In order to complete CCR registration, a DUNS number is required. To obtain a DUNS Number, contact Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. Award will be made using Simplified Acquisition Procedures under FAR 12, Acquisition of Commercial Items. The Government will award a firm fixed price purchase order to the Offeror whose technically acceptable solution represents the lowest evaluated price to the Government. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror??s FSS or GWAC contract, and the statement required above shall be included in the quotation. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.LUTZ@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR ITEMS IN THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER RECEIPT AND ACCEPTANCE BY THE GOVERNMENT. (ADVANCE PAYMENTS WILL NOT BE AUTHORIZED BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.LUTZ@NIST.GOV NO LATER THAN WEDNESDAY, AUGUST 8, 2007; OFFERS MUST BE RECEIVED AT THAT EMAIL ADDESS NO LATER THAN 03:00:00; EASTERN STANDARD TIME.
 
Record
SN01361366-W 20070805/070803220457 (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.