SOLICITATION NOTICE
66 -- 400nm Pumped Picosecond Optical Parametric Amplifier
- Notice Date
- 8/6/2007
- 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-0390
- Response Due
- 8/14/2007
- Archive Date
- 8/29/2007
- 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. 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 being procured using full and open competition. Simplified Acquisition Procedures shall be utilized. The National Institute of Standards & Technology (NIST), Optical Technology Division requires a 400 Nanometer (nm) Pumped Picosecond Optical Parametric Amplifier. The equipment shall be used primarily in Raman and nonlinear optical generation experiments. All equipment must be new. All interested quoters shall provide a quote for the following line items. LINE ITEM 0001: Quantity one each 400 nm Pumped Picosecond Optical Parametric Amplifier (OPA) meeting or exceeding all of the following required specifications: 1. Shall be capable of being pumped with the doubled output of a 1KHz Spectra Physics Spitfire Amplifier Laser operating in picosecond mode which provides 400 microjoules of energy per pulse at 400 nm with a pulse duration between 1 picosecond (ps) and 4ps; 2. The output of the OPA shall be tunable between 470nm ? 2600nm; 3. Output energy shall be at least 40 microjoules between 500nm-800nm, and at least 20 microjoules between 800nm and 1500nm; 4. The spectral bandwidth shall be no more than 12 wavenumbers throughout the entire tunable wavelength range; 5. The wavelength tunability of the OPA shall also be computer controlled. LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. Qualified personnel shall perform the installation. Installation must be scheduled, in advance, with NIST personnel. WARRANTY: The Contractor shall provide, at a minimum, a one year parts and labor warranty for the equipment. The Contractor shall provide a description of the warranty coverage provided for this equipment. The following details must be included: 1. Length of warranty. 2. What is included? (parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? Delivery and installation shall be completed not later than 120 days after receipt of order. 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. EVALUATION OF QUOTATIONS Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability and Past Performance are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. The proposed equipment must meet or exceed the minimum specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offerors recent and relevant procurement history with NIST or its affiliates. PROVISIONS AND CLAUSES 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. In accordance with FAR 52.212-3 Offeror Representations and Certifications Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.222-3, Convict Labor; 52.222-19, Child Labo Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature which documents the manufacturer, make and model of the product, and CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein; 3) A list of at least three (3) 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; 5) A description of commercial warranty; and 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: Carol Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Friday, August 14, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01362951-W 20070808/070806220304 (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 |