SOLICITATION NOTICE
66 -- Diode-Pumped Solid State Lasers (DPSS) with Option to Purchase additional - RFQ SF-18 FORM
- Notice Date
- 6/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA1341-10-RQ-0735DR
- Archive Date
- 6/24/2010
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ SF-18 FORM COMBINED SYNOPSIS/SOLICITATION Diode-Pumped Solid State Lasers (DPSS) with Option to Purchase additional. (I) This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation and quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0735DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334516. The small business size standard is 500. (V) This combined solicitation/synopsis is for the purchase of the following commercial items: CLIN NO. 0001 - Diode-Pumped Solid State Lasers (DPSS), Qty 1 each, in accordance with the specifications. CLIN NO. 0002- Option I: Diode-Pumped Solid State Lasers (DPSS), Qty 1 each, in accordance with the specifications. (VI) Description of requirements is as follows: Specifications, the following specifications apply to both line items: Scope: The National Institute of Standards (NIST) Quantum Physics Division has a requirement of one diode-pumped solid state lasers (DPSS) with the option to purchase one additional identical DPSS. The DPSS is part of a laser system to generate ultrashort optical pulses for various experiments and measurements. One set of experiments and measurements includes study of fundamental physics in potassium vapor, and for optical second harmonic generation in correlated electron materials such as high temperature superconductors and mixed valence materials. Another set of experiments and measurements are used to study pulse dynamics and in the future will be used as excitations source for optical two-dimensional Fourier transform spectroscopy of semiconductors. These studies are critical to the Quantum Physics Division mission to develop fundamental measurement science in the ultrafast regime. The DPSS is part of a larger laser system. The DPSS is used as a light source (pump) for a titanium-doped sapphire (Ti:Sapphire) mode-locked laser which generates the required ultrashort optical pulses. The NIST Quantum Physics Division is part of JILA, a joint research institute between NIST and the University of Colorado - Boulder. The NIST Quantum Physics Division is physically located in the University of Colorado JILA Tower building, which is on the campus of the University of Colorado in Boulder, Colorado. The DPSS laser(s) will be used in the JILA Tower building and is/are to be delivered to that location. Specifications: Reliability: Only diode-pumped solid state (DPSS) technology is acceptable. The newer optically pumped semiconductor laser (OPSL) technology is not acceptable because of reliability issues. The experiments require a highly reliable pump laser that requires a minimum of servicing to maximize productivity and minimize the cost of ownership. DPSS lasers are an established technology with a 15 year record of success and continuing improvements in performance and reliability. The newer OPSL technology can provide general performance specifications similar to DPSS, but the newer OPSL technology does not yet have the record of long-term reliability. For the applications for this procurement, reliability is a significant requirement, and only the proven DPSS technology is acceptable. Output power: > 5 Watts continuous wave Output wavelength: 532 nm Mode quality: TEM00, M2 < 1.1, ellipticity < 10% Beam Diameter: 2.3 mm ± 10% at 1/e2 points Beam Divergence: < 0.5 mrad full angle Input power: Single phase 110 V AC, 60 Hertz Power Stability: ± 1% over 2 hour period after 15 minute warm up Noise: < 0.04% RMS, 10 Hz - 10 MHz at 5 W output power Polarization: Linear (Vertical), > 100:1 Beam pointing: stable to ≤ 2 microrad/C Technology: Diode-pumped solid-state laser with a sealed enclosure and permanently aligned optics (Note: Optically Pumped Semiconductor laser (OPSL) technology is not acceptable because the applications require the proven long-term reliability of DPSS technology.) Installation: The price must include on-site installation of the laser(s). Warranty: minimum of 2 years or 10,000 hours Offerors should quote the price for one laser, with an option for a second identical laser. Offerors may include trade-in allowance for an existing laser, at the discretion of the offeror. The existing laser consists of a head (Model: Millennia, S/N 1646) and power supply (Model: T40-855-08, S/N: 81288). The chiller will not be included as part of the trade-in - it will be retained by NIST. If the vendor wishes to include a trade-in allowance, the proposal should clearly specify the trade-in value of the laser. (VII) Required delivery 45 days ARO. Place of delivery is the JILA Tower building on the University of Colorado campus: University of Colorado / JILA CU JILA Tower Room S175 Boulder, Colorado 80309 Delivery shall be FOB Destination. Quote shall include shipping if applicable. Payment Terms are Net-30. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide to completed copy of SF-18 form that is attached to the synopsis. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability - meeting all the specifications, Price, Delivery, and Warranty. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138) (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: none apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of provision) 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnct.gov (End of Clause) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) 52.211-6, Brand Name or Equal (Aug 1999) The following additional terms and conditions apply: FAR Clause: 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. (End of Provision) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at time of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) Department of Commerce Clause: 1352.201-70 Contracting Officer's Authority (Apr 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Diana.Romero@noaa.gov. Questions should be received no later than June 18, 2010 @ 4:00 pm MDT. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 P.M. MDT on June 23, 2010. (This date should be adjusted to be at least a couple of weeks after the expected publication date in FedBizOps) All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, Purchasing Agent, 303-497-3761 email Diana.Romero@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0735DR/listing.html)
- Record
- SN02173171-W 20100611/100609235553-4cc3a15b7a1266cb7812416286960faa (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 |