Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOLICITATION NOTICE

66 -- Single Photon Counting Module

Notice Date
6/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-0430
 
Archive Date
6/14/2010
 
Point of Contact
James A. Cariaga, Phone: 301-975-8801, WILLIAM N. LI, Phone: 3019753955
 
E-Mail Address
james.cariaga@nist.gov, William.Li@nist.gov
(james.cariaga@nist.gov, William.Li@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. 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) 2005-41 *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside. *** Background: The National Institute of Standards and Technology (NIST) require a Single Photon counting Module. ***All interested Contractors may provide a quote for the following: LINE ITEM 0001: Quantity One (1) Single Photon Counting Module All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will not be considered. The following technical specifications should be met or exceeded: 1) Instrument must have two independent channels with time-correlated single-photon counting capability. 2) Instrument must have a time-tagged, time-resolved mode in which both signal inputs can be connected to photon counters, allowing for the time-stamping of individual count events on each channel. The timing resolution in this mode must be less than 5 ps, with even smaller values preferable. 3) Instrument must have the option for multi-channel routing capability. 4) Instrument must have channel dead time below 100 ns and maximum count rate of 10^7 counts/s. Sustained throughput in time-tagged mode must be approximately 5x 10^6 counts/s (higher values are preferable). 5) Device must operate as a stand-alone unit with USB 2.0 interface to a PC (i.e. it should not be an internal PC card). Windows XP compatible software and LabView driver library must be included. 6) Device shall include a 1 year warranty. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. 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: ****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. Inspection and Acceptance Criteria: 1. Visual and physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready as determined by the contractor, and may be witnessed by the contractor. *** 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 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: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-28 Post Award Small Business Program Rerepresentation b. 52.222-3 Convict Labor c. 52.222-19 Child Labor - Cooperation With Authorities And Remedies d. 52.222-21 Prohibition of Segregated Facilities e. 52.222-26 Equal Opportunity f. 52.222-36 Affirmative Action for Workers with Disabilities g. 52.225-1 Buy American Act h. 52.225-13 Restriction on Certain Foreign Purchases, and i. 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 quoters shall submit the following: 1) copy of a quotation which addresses Line Item 0001; 2) Description of commercial warranty; 3) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item.*** ***All quotes shall sent via email to Attn: James Cariaga at james.cariaga@nist.gov.*** 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. ***Submission shall be received not later than 1:00 p.m. local time on June 9, 2010 at 12:00 PM EST.*** Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist James Cariaga at James.Cariaga@nist.gov. EMAILED QUOTES WILL ONLY BE ACCEPTED AND FAXED QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0430/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02164683-W 20100603/100601234257-9f2537c69d8224648c464eb5c2d2d55a (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.