SOLICITATION NOTICE
66 -- The National Institute of Standards and Technology is seeking to purchase five (5) Single Photon Counting Modules.
- Notice Date
- 3/23/2010
- 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
- SB1341-10-RQ-0223
- Archive Date
- 4/23/2010
- Point of Contact
- Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- 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 being issued using Simplified Acquisition Procedures. 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) 2005-39, Effective 19 Mar 2010 and class deviation 2009-O0009. 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 unrestricted and all interested Contractors may submit a quote. The National Institute of Standards and Technology is seeking to purchase five (5) Single Photon Counting Modules. All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity Five (5) Single Photon Counting Modules. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered. Contractors shall meet or exceed the following minimum specifications: 1)Single-photon counting detector based on active-quenched, silicon avalanche photodiode operating in Geiger mode. 2)Active area diameter of at least 100 microns. 3)TTL output pulses with no greater than 25 ns pulse width and timing jitter of no more than 500 ps. Dead time of no more than 50 ns. Stronger consideration will be given to smaller timing jitter values. 4)TTL gate with no greater than 100 ns gate response (On/off and off/on). 5)Quantum efficiency values of at least 40% @ 500 nm, 50% @ 550 nm, 50% @ 650 nm and 10% @ 980 nm. Stronger consideration will be given to larger values. 6)Dark count rate of 25 counts/s. Stronger consideration will be given to smaller values. 7)After pulsing probability shall be less than 1 %. 8) Two (2) of the units shall come equipped with an FC fiber receptacle for connection to an optical fiber. The fiber receptacle shall be optimized for operation in the 900 nm to 1000 nm range. 9)Three (3) of the units shall come equipped for free-space coupling, with no fiber connection. 10)An appropriate power supply shall be included with each module. WARRANTY The Contractor shall state the warranty period and coverage provided. DELIVERY: Delivery must be completed not later than 12 weeks after receipt of order. Equipment shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Past Performance and Price shall not be evaluated if quotations are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical Capability: LINE ITEM 0001: Quantity Five (5) Single Photon Counting Module. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of Technical Capability shall be based on the information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets or exceeds all required specifications. Stronger consideration will be as follows: 1.TTL output pulses with no greater than 25 ns pulse width and timing jitter of no more than 500 ps. Dead time of no more than 50 ns. Stronger consideration will be given to smaller timing jitter values. 2.Quantum efficiency values of at least 40% @ 500 nm, 50% @ 550 nm, 50% @ 650 nm and 10% @ 980 nm. Stronger consideration will be given to larger values. 3.Dark count rate of 25 counts/s. Stronger consideration will be given to smaller values. 4.Stronger consideration will be given to a shorter delivery time. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the Offeror's past performance information to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality and timeliness of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. 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 must 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; 52.212-5 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; 52.225-3 Buy American Act—Free Trade Agreement; (ii) Alternate l of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases, 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 (1) copy of a quotation which addresses Line Item 0001 and all evaluation criteria including the technical description and/or product literature and explain how your product meets or exceeds each specification. 2.Quoters should 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. 3.An original and one (1) copy of an established price list(s) for similar productions. 4.Country of Origin. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. 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. DUE DATE FOR QUOTE: ***Submission shall be received not later than 1:00 p.m. local time on April 8, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Janet Lamb at 301-975-6205. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0223/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02099694-W 20100325/100323235208-656a9ae5d2b443ba4d8efd0b794a5d42 (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 |