Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

66 -- Tunable Extended Cavity Diode Laser System

Notice Date
7/26/2007
 
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
20899-1640
 
Solicitation Number
SB1341-07-RQ-0384
 
Response Due
8/9/2007
 
Point of Contact
Kim Stavish, Contract Specialist, Phone 301-975-2672, - Joan Smith, Contract Specialist, Phone (301)975-6458, Fax (301)975-8884,
 
E-Mail Address
kstavish@nist.gov, Joan.Smith@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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 (FAC) 2005-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The National Institute of Standards and Technology (NIST) has a requirement for a Tunable Extended Cavity Diode Laser System to be used in the Atomic Physics Division at NIST, Gaithersburg, MD. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, Tunable Extended Cavity Diode Laser System. The system, which produces cw single-mode output, shall meet or exceed the following minimum technical specifications: 1) Minimum 20 mW output power at 671 nm. 2) Circular Gaussian TEM00 transverse mode. 3) Wavelength coarsely tunable over a continuous minimum range of 8 nm, with a minimum power of 7 mW at all points in the tuning range. 4) Wavelength fine tunable, without mode hops, over a minimum range of 15 GHz at any point in coarse tuning range. 5) Maximum unstabilized linewidth: 1 MHz, averaged over 5 ms. 6) Suppression of side modes greater than 40 dB. 7) Resonator constructed of invar or similar material with low thermal expansion to provide thermal drift of less than 100 MHz per degree C. 8) Laser current drive capable of frequency modulation from DC - 500 MHz. 9) System shall provide the following electronic capabilities to facilitate locking the laser to a cavity or atomic resonance: a) High frequency modulation source with fixed 10 MHz frequency and variable amplitude capable of modulating the laser current to produce 10 MHz sidebands with modulation index less than or equal to 1. b) Dual channel mixer/demodulator capable of deriving Pound-Drever-Hall error signals from two user-supplied experimental signals having maximum amplitude 375 mV. c) Proportional-integral-differential regulator suitable for servo-locking the laser frequency using a Pound-Drever-Hall error signal. All servo-control parameters to be user adjustable from the front panel. Minimum output bandwidth 1 MHz. 8) System shall include a scanable temperature-stabilized Fabry-Perot cavity, suitable for stabilizing the laser frequency by means of the Pound-Drever-Hall technique, and all necessary electronics to scan the cavity independent of the diode laser scanning. The Fabry-Perot cavity and scan controller shall satisfy the following requirements: a) Free spectral range not less than 500 MHz or greater than 2 GHz. b) Finesse not less than 1000 c) Optical bandwidth not less than 200 nm centered at 670 nm. d) Thermal mode drift not to exceed 300 kHz per minute. e) Piezo-electric scanning range sufficient to scan a single cavity mode through a minimum of 15 GHz. f) Scan controllable by low voltage analog input 9) System shall be capable of computer monitoring and control through provided USB or Sub-D25 connector interface. 10) Preset and actual values of laser current and temperature and other relevant operating parameters shall be displayed on front panel. 11) System shall be powered by 120 V, 60Hz AC power. Warranty: 1. The Contractor shall provide a minimum of a One (1) Year Warranty. This warranty shall cover non-consumable parts and labor. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor?s commercial schedule. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall 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) Past Performance, 3) Past Experience, and 4) Price. Technical capability, past performance, and past experience, when combined, shall be more important than price. If technical capability, past performance, and past experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. Past Experience: Past Experience will be evaluated to determine the degree of vendors? experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors 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?s Registration (CCR); 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: (5) (i) 52-219-6, Notice of Total Small Business Set-Aside (JUN 2003) (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-1, Buy American Act?Supplies (JUNE 2003); (28) 52.225-13 Restriction on Certain Foreign Purchases; (33) 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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). 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. All quotes shall be received not later than 3:30 PM local time, on August 9, 2007, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Kim Stavish. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Kim Stavish) @ kim.stavish@nist.gov. 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 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors 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. E-mailed quotes are acceptable and shall be addressed to: kim.stavish@nist.gov. Faxed quotes will NOT be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-07-RQ-0384/listing.html)
 
Place of Performance
Address: 100 Bureau Drive Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01406645-F 20070915/070913231258 (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.