Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

66 -- Grating Spectrometer

Notice Date
8/9/2007
 
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-0435
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
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. However, this requirement is being competed under full and open competition. Therefore, any interested contractor may quote.*** *** The National Institute of Standards and Technology is seeking to purchase a grating spectrometer. *** ***All interested Contractors shall provide a quote for the following line item: Line Item 0001: Quantity One (1) grating spectrometer which meets the following required specifications: 1. Imaging Grating Spectrometer with computer-controlled microstepping grating turret. 2. The spectrometer must have a minimum 320mm focal length to provide the required resolution. 3. Aperture must be f/4.1 or lower (for higher throughput). 4. The spectrometer case must be constructed out of a single casting with a lid to enhance thermal stability and eliminate light leaks. 5. The spectrometer must offer computer-aided designed optics which provides no re-diffracted light, lower stray light and maximized optical throughput 6. The spectrometer must feature toroidal mirrors to correct astigmatism and improve image quality. The spectrometer must also offer a larger focusing mirror to (along with the on axis grating drive) simultaneously reduce coma and other aberrations and increased throughput at all wavelengths. 7. The spectrometer must offer provisions for Nitrogen purging for UV or IR applications.?v 8. Two entrance imaging ports(front and side) 9. Each entrance port must have a computer-controlled front entrance slit, with opening varying from 0 to 2mm in 2 micron steps 10. Each entrance slit must be provided with an internal computer-controlled shutter mechanism 11. A Computer-controlled swing mirror must be provided to switch from one port to the other 12. Two exit ports. 13. A computer-controlled swing mirror must be provided to switch from one exit port to the other 14. Each exit port must provide an adapter permitting direct mounting of an imaging array such as a CCD detector. 15. An internal, computer controlled 5-position filter wheel must be provided 16. A colored-glass order-sorting long-pass filter with 385nm cutoff should be provided 17. A colored-glass order-sorting long-pass filter with 630nm cutoff should be provided 18. A colored-glass order-sorting long-pass filter with 830nm cutoff should be provided 19. A dielectric order-sorting long-pass filter with 1.0 micron cutoff should be provided 20. A computer-controlled grating turret must be provided 21. There must be an easy access lid to change the grating turret without removing the entire cover. 22. Turret must be capable of holding up to three gratings, the grating turret must be kinematically mounted and the grating must turn on the front surface axis. 23. The two following diffraction gratings must be provided: 300g/mm (g/mm = grooves per millimeter), 500nm blaze, classically ruled diffraction grating 300g/mm (g/mm = grooves per millimeter) , 1000nm blaze, classically ruled diffraction grating 24. An Al-coated mirror which fits in one of turret grating positions must be provided 25. The spectrometer manufacturer must offer a selection of ruled, holographic and blazed holographic gratings 68x68mm including 3600, 2400, 1800, 1200, 900, 600, 300, 150, 120, 100, 75, 60, 50, 40, 30, 20 g/mm to provide future flexibility in selecting resolution and spectral coverage 26. Must have Dispersion greater than 2.31nm/mm with a 1200 g/mm grating. 27. The minimum grating size must be 68mm x 68mm for higher throughput. 28. Stray light must be less than 1.5 parts in 10,000 when measured at 1 nm from the 514 nm Ar ion laser line with a 1200 grooves per millimeter grating blazed at 435 nm. 29. Minimum grating scan speed must be 160nm/second. 30. The step size must be no greater than 0.002nm. 31. The spectrometer must have a flat image field at the detector chip of 30mm x 12mm or greater. 32. The spectrometer must have USB interface with a single hub. 33. Manufacturer specific software for complete instrument control and data acquisition, manipulation, import and export. ***The Contractor shall state the warranty coverage provided for line item 0001. At least a one (1) year warranty shall apply to the products quoted *** ***Delivery shall be completed not later than 90 days after receipt of an 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 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 all items 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 & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be of more importance to price, however, should all quotes be considered technically equal, price shall be the determining factor.*** ***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.*** 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: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor 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; 52.225-1 Buy American Act ?V Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 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 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) 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 required specifications stated herein; and 3) A description of commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joni Laster, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Offerors shall ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Submission must be received by 3:30 p.m. local time on Monday, August 20, 2007. E-MAIL QUOTES SHALL BE ACCEPTED, HOWEVER, FAX QUOTES WILL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01367188-W 20070811/070809220746 (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.