Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

66 -- Laser System

Notice Date
8/1/2007
 
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-0409
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISTION REGULATION (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 UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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. The National Institute of Standards & Technology (NIST), Center for Nanoscale Science and Technology, has a requirement for a sapphire/Dye Ring Laser System, to be used for providing measurement methods, standards and technology to support all phases of nanotechnology development from discovery to production. The laser system is to be delivered and installed as a Ti:sapphire system. The pump laser will be an existing Spectra-Physics Model 2085 argon ion laser with 8W output power at 514nm. This is 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 requirement. All interested quoters shall provide a quote for the following line items. LINE ITEM 0001: Quantity one each Newport Spectra-Physics Matisse-TX Ti-sapphire/dye ring laser system or equivalent, meeting or exceeding all of the following salient characteristics: 1. Must be 100% compatible with external-cavity doubling systems, allowing generation of narrow-band ultraviolet light as well as visible or near-infrared light. 2. Laser is to be field-reconfigurable between a Ti:sapphire mode and dye mode via a conversion kit and replacement optics. This is a critical specification and no laser system will be acceptable without this capability. 3. Output power: Ti:sapphire mode, at least 1.0 W at 920 nm, single frequency stabilized operation with 8 W Argon ion green pump (514 nm). Dye mode, at least 1.5W with 10W 532 nm pump at peak of R6G curve. 4. Tuning range: Ti:sapphire mode 860 nm or less, to 1000 nm or more with delivered optics set. Dye mode, 550 nm or less to 780 nm or more. 5. Single-frequency, stabilized linewidth: at most 50 kHz rms in Ti:sapphire mode, at most 100 kHz in dye mode. Stabilization is to be achieved via locking to an external reference cavity. 6. Mode-hop-free scanning range: 50 GHz (both Ti:sapphire and dye modes) 7. Minimum one year warranty, including all parts and labor or 5,000 hours of operation, whichever expires first. Field service personnel shall provide on-site response to NIST not later than 5 days after receipt of service call; LINE ITEM 0002: Quantity one each conversion parts to convert Matisse-TX Ti-sapphire to Matisse-DX dye laser system LINE ITEM 0003: Quantity one each Newport Spectra-Physics MOS-4 or equivalent optics set for Matisse-DX operation with DCM laser dye LINE ITEM 0004: 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 all specifications, and removal of all trash. Qualified personnel shall perform the installation. LINE ITEM 0005: TRAINING. The Contractor shall schedule and facilitate a training session for two (2) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation, and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. If applicable, training may be conducted immediately following completion of installation. Delivery, installation, and training must be completed not later than 90 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. Documentation provided shall be evaluated to determine that the proposed equipment meets or exceeds all salient characteristics and meets the needs of the Government in the same manner as the brand name. Past Performance shall 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: 52.211-6 Brand Name or Equal; 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; 52.211-6 Brand Name or Equal; 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: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5 Trade Agreements; 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 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 salient characteristics stated herein and meets the needs of the Government in essentially the same manner as the brand name; 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; and 4) 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. 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 10, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01358497-W 20070803/070801220531 (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.