Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOLICITATION NOTICE

66 -- Fiber-coupled Spectroradiometer System

Notice Date
7/26/2010
 
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-0596
 
Archive Date
9/30/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. The National Institute of Standards and Technology (NIST) has a requirement for a Fiber-coupled Spectroradiometer System. All equipment must be new; used and/or remanufactured equipment will not be considered for award. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, Fiber-coupled Spectroradiometer System that shall meet or exceed the following required specifications: 1. The spectroradiometer shall be able to measure the spectral radiance and irradiance of a user's external light source (not included) and record data electronically. 2. The spectroradiometer shall have a spectral range covering at least 350 nm to 2400 nm. 3. The spectral resolution shall be 5 nm or smaller at 700 nm, 10 nm or smaller at 1400 nm and 10 nm or smaller at 2100 nm. 4. The spectral sampling interval shall be 2.5 nm or smaller in the 350 nm to 1000 nm range, and 5 nm or smaller in the 1000 nm to 2500 nm range. 5. The spectroradiometer shall be fast enough to record an entire spectrum in 0.1 seconds. 6. The spectroradiometer shall come equipped with at least one fore‐optic for radiance, with a fov between 1 degree (full angle) and 8 degrees (full angle). Stronger consideration will be given for additional radiance fore‐optic attachments having different fields‐of‐view. The preference is for radiance fore‐optics with fov's of 2 degrees, 4 degrees, and 8 degrees. 7. The spectroradiometer shall come equipped with at least one cosine collector fore‐optic for irradiance. 8. There may be multiple input configurations to the spectroradiometer. One optical input to the spectroradiometer shall be a single fiber‐optic bundle cable having an input of 25 degrees full conical angle, and a length greater than 1 meter. The final tip end of the fiber ferrule shall have a diameter less than or equal to 0.125". 9. The fiber optic input probe end ferrule shall be sized to fit into SMA‐905 fiber adapters. 10. The spectroradiometer shall have a radiance calibration referenced to the 25 degree bare fiber input, and be capable of reporting this in Watts per square meter, per steradian, per nanometer. 11. The noise equivalent delta spectral radiance, in units of nanoWatt per square centimeter, per nanometer, per steradian, referenced to the input of the bare fiberoptic cable, shall be less than 1.5 at 700 nm, less than 2.5 at 1400 nm, and less than 5 at 2100 nm. Stronger consideration shall be given if the detectors in the instrument are temperature stabilized. 12. The spectroradiometer dynamic range shall be such that it is capable of measuring, without saturating the detectors, the solar radiance at zero zenith angle from a 100% reflectance Lambertian surface in clear sky conditions. 13. The spectroradiometer shall be capable of being powered from a 110 VAC/60 Hz outlet. 14. The spectroradiometer shall weigh less than 10 kg. 15. The spectroradiometer, excluding any power supply or control computer, shall include an Ethernet interface to a controller computer. 16. Software for interactive control and data acquisition from the spectroradiometer, compatible with the Windows XP operating system, shall be included. The need for Windows XP is based on Windows XP being the operating system that NIST has a license for. 17. A LabVIEW software development kit shall be included, that includes LabVIEW VI's or drivers that can be installed on the user's computer and called from the user's LabVIEW environment, to enable the user to perform automated control and data acquisition from the spectroradiometer. This software development kit shall include documentation that describes the VI's, or the commands that such VI's would need to send and receive in order to communicate with the spectroradiometer over the Ethernet interface. This documentation shall be in either a printed or electronic format. The LabVIEW software development environment itself need not be included. The need for LabView is based on the fact that LabView is what controls the existing instruments and NIST has a site license for it. 18. A user manual for the spectroradiometer in printed format shall be included with the shipment 19. A re‐usable shipping case, not made of wood or cardboard, shall be included that is capable of holding the spectroradiometer and its accessories securely during repeated shipment. The shipping case shall have wheels. Warranty The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall include all parts, labor and travel. The Contractor shall state the warranty coverage for the equipment. Delivery shall be in accordance with the Contractor's commercial delivery schedule. 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 all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation Criteria: 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, and 3) Price. Of the non-price factors, Technical capability shall be more important than past performance. Past performance shall be approximately equal to price. If technical capability, past performance, and 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. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. Under the technical capability factor, stronger consideration shall be given to a system that can exceed the specifications as stated in specifications 6 & 11 above. 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. 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 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-Representation; 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; 52.225-1 Buy American Act - Supplies; 52.225-13 Restriction 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3. For the purpose of evaluating past performance: Quoters must provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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; the date of delivery or the date services were completed and a description of the equipment sold to the three (3) references; 4) Description of commercial warranty; 5) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation; 6) 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 3:00 PM local time, on August 9, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0596/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02217792-W 20100728/100726235138-83848ee64d747082d1a4694612813c6e (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.