SOLICITATION NOTICE
66 -- CUSTOM 193nm OPTICAL PARAMETRIC OSCILLATOR LASER SYSTEM
- Notice Date
- 8/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0568
- Archive Date
- 9/17/2008
- Point of Contact
- Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill,, Phone: 301-975-8802
- E-Mail Address
-
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
- Small Business Set-Aside
- Total Small Business
- 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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-26. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a small business under the NAICS code identified above. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a custom 193 nm Optical Parametric Oscillator (OPO) laser system (referred to as an OPO laser system herein) to be used for a project to study high-power UV laser interactions with UV crystals at the NIST, Gaithersburg, MD campus. A NIST supplied Nd:YAG laser system, that is required as a pump source for the new custom 193nm OPO laser system, shall be shipped to, and tested/accepted by a NIST Government official at the site of the resultant awardee of this solicitation. *** ***All interested offerors shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) Each, Custom 193nm OPO Laser System Contractor’s shall meet or exceed the following required minimum technical specifications: 1) Includes OPO, harmonic generation and mixing crystals, and optics to enable 193.4 nm wavelength output with energy per pulse equal to 1.5 millijoules/pulse (mJ/p), and to enable wavelength tuning over the range specified in 2). This energy output is specified for a NIST user supplied Nd:YAG laser with pump energy of 220 mJ/p at 532 nm at 10 Hz with a spatial mode profile with 85% Gaussian fit and a pulse duration less than or equal to 10 ns. 2) Tunable wavelength: 193 nm output wavelength is remotely tunable from 192.5 nm to 195 nm with an energy greater than or equal to 250 microjoules per pulse over this range. 3) Includes additional module inside enclosure for generating 213 nm from Nd:YAG pump laser’s 1064 nm and 266 nm beams. Energy at 213 nm: > 20 mJ/pulse. 4) Includes motorized mirrors to enable switching between pure 1064 nm, 532 nm, 355 nm, 266 nm, 213 nm, and 193 nm beams depending on laser setup configured by user; all beams exit custom light source along same optical axis. 5) Pulse rate: 10 Hz. 6) Pulse duration: 8 ns at 193.4 nm. 7) Line width: 10pm @ 193.4 nm. 8) Beam diameter:  8.5 mm. 9) Energy stability @ 193.4 nm: <6%, 1 for one hour. 10) Entire system, including OPO, harmonic generation crystals, wavelength separation optics, and beam stops contained in a single enclosure for safety and contamination control. 11) System footprint not to exceed (LxWxH) (36”x24”x8”). 12) Exit beam height within range 5” – 8”, adjustable +/-0.5”. 13) Field upgradable with additional module to higher energy 266 nm and 213 nm: >100 mJ/pulse @ 266 nm; >50 mJ/pulse @ 213 nm. 14) All crystal modules and optics mounted on a single baseplate for optimal stability. Baseplate to have 2” grid of ¼-20 tapped holes. 15) Installation, training, and acceptance to be performed at NIST, using a NIST-supplied Nd:YAG laser meeting the specs. in 1). 16) Delivery shall be FOB Destination and made within 12 weeks ARO or after receipt of Nd:YAG pump laser at vendor’s location, whichever is later. ***Training/Warranty 1). The Contractor shall schedule and provide one (1) training session for one (1) technician at NIST. The Contractor shall provide two (2) complete sets of operating manuals (electronic format and hard copy) for all components of the delivered laser system. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training shall be completed no later than six (6) months after delivery. 2). The Contractor shall provide a minimum of one (1) year of warranty in the quotation and state the coverage provided. In addition to manufacturer defects and other provisions and limitations stated in the Contractor’s warranty, the Contractor shall provide unlimited telephonic technical support during the warranty period. In addition, the Contractor shall be responsible for any costs, insurance, shipping costs back and forth, any travel expenses, and arrangements to accomplish any required service during the warranty period.*** ***Delivery of the laser system shall be FOB DESTINATION to NIST within 16 weeks after award and be completed in accordance with the Contractor’s commercial schedule. The custom OPO laser system shall be tested to meet all the required minimum specifications at the Contractor’s site by a NIST Government official. *** ***The Contractor shall pack and mark the shipment in conformance with carrier requirements, and deliver the shipment in good order and condition to the point of delivery specified in the purchase order. The Government provided Nd:YAG laser system shall be provided to the resultant awardee of this solicitation, and testing/acceptance by a NIST Government official will occur at the resultant Awardee’s site. The Government shall be responsible for shipping costs of the Nd:YAG laser system from the resultant Awardee’s site to NIST. The shipping costs for the custom OPO laser system to the specified point at NIST shall be the responsibility of the Contractor. The Contractor shall also be responsible for any loss of and/or damage to the custom OPO laser system occurring before receipt and acceptance of the shipment by the Government representative at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. In addition, the Nd:YAG laser system provider shall pack and ship, at the Government’s expense, the Nd:YAG laser system from the Contractor’s site after receipt, testing and acceptance by the NIST Government official. **** Award will be made on a best-value basis. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement,"2) Past Performance, and 3) Price. Technical Capability and Past Performance when combined are approximately equal in importance to price. ****Evaluation of Technical Capability shall 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 CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****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 how well similar instruments from the vendor performed, as assess by the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Quoters shall provide a list of at least three (3) references of customers where 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. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror 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: 52.212-4 - Contract Terms and Conditions—Commercial Items 52.245-1 - Government Property 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 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act – NAFTA w/ Alternate II 52.225-13, Restrictions on Certain Foreign Purchases 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 FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation that addresses Line Item 0001; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Lohmeier, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 or jennifer.lohmeier@nist.gov and received not later than 3:30 p.m. local time on September 2, 2008. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. *** *** Due to heightened security, FedEx, 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 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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, Building, 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-U.S. 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. 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. ***Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Jennifer Lohmeier) at Jennifer.lohmeier@nist.gov. ***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52996893e0cc1effe54e8029d5c566a9&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
- Zip Code: 20899-0001
- Zip Code: 20899-0001
- Record
- SN01641870-W 20080817/080815224401-52996893e0cc1effe54e8029d5c566a9 (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 |