Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOLICITATION NOTICE

66 -- Arbitrary Waveform Generator

Notice Date
4/29/2011
 
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
NB685080-11-01763
 
Archive Date
5/28/2011
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
willie.lu@nist.gov, janine.kerns@nist.gov
(willie.lu@nist.gov, janine.kerns@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 ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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 being procured using full and open competition. 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) 2005-50 The National Institute of Standards and Technology (NIST), Optical Technology Division, has a need for a new Arbitrary Waveform Generator that will allow for significant improvements in data acquisition speed and sensitivity and can be utilized to advance metrology for many applications. The device will be used to develop a new non-destructive sensor for corrosion and a portable trace gas instrument based on THz spectroscopy with extremely high sensitivity for detecting several small organic compounds which has relevance in other areas ranging from greenhouse gas detection to human breath analysis. Line Item 0001: Quantity One (1) each, Arbitrary Waveform Generator that shall meet or exceed the following minimum specifications. All equipment must be new. Used or remanufactured equipment shall not be considered for award. 1. Two channels each with 12 GS/s and a 3 dB bandwidth of at least 5 GHz; 2. One channel with 24 GS/s and a 3 dB bandwidth of at least 10 GHz; 3. Frequency switching time of at least 500 ps; 4. Capable of at least 10 bit dynamic range; 5. Four independent data or marker channels; 6. Output power of at least 0.7 Vpp; 7. Phase noise of at least <-85 dBc/Hz at 10 kHz offset; 8. Must have a 64 Million point memory, at a minimum; 9. Must have the capability to be locked to 10 MHz external reference; 10. Must include software for creating digitally modulated waveforms; 11. Must be based on a Windows computer platform. Line Item 0002: Warranty The Contractor shall provide, at a minimum, a one (1) year warranty for the generator. The warranty must cover the generator and all associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. All work under the warranty shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. The Contractor shall bear all costs, including shipping, travel (including per diem), parts and labor, to complete all repairs and/or replacements. The warranty shall also include calibration service. At a minimum, one calibration shall be performed on the generator during the warranty period. OPTION LINE ITEMS Line Items 0003 through 005 are option line items for service agreements for the generator. The Contractor must provide pricing for all option line items. The prices quoted for the option line items shall remain in effect in accordance with the time periods specified herein. The Government may exercise option line items, at its discretion, or at any time during the timelines specified herein. Reference FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items. All service agreements shall be one year in length and commence upon exercise of the option by the Government and expiration of the preceding warranty or service period. The service agreement must cover the complete generator and associated components, systems, and software, as appropriate. The service contract must cover all defects in materials and workmanship. All work under the service agreements shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. The Contractor shall bear all costs, including shipping, travel (including per diem), parts and labor, to complete all repairs and/or replacements. The service agreements shall also include calibration service. At a minimum, one calibration shall be performed on the generator per service agreement year. LINE ITEM 0003 - OPTION LINE ITEM Service Agreement for the Generator - Year I Quantity 1 year The price of Line Item 0003 shall remain valid from the date of award through the expiration of the manufacturer's warranty for the generator. LINE ITEM 0004 - OPTION LINE ITEM Service Agreement for the Generator - Year II Quantity 1 year The price of Line Item 0004 shall remain valid from the date of award through the expiration of the Year I service agreement for the generator. LINE ITEM 0005- OPTION LINE ITEM Service Agreement for the Generator - Year III Quantity 1 year The price of Line Item 0005 shall remain valid from the date of award through the expiration of the Year II service agreement for the generator. DELIVERY REQUIREMENTS Delivery shall be completed in accordance with the Contractor's commercial 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, Shipping and Receiving, Gaithersburg, MD 20899. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion delivery and confirmation that all minimum specifications have been met. EVALUATION CRITERIA Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. Explanations and/or narratives provided for requirements not addressed by technical descriptions or product literature shall be evaluated to ensure that all technical requirements are addressed, for feasibility, and the likelihood for success. Quotations that exceed the required minimum specifications shall be given higher consideration. Past Performance: The Government will evaluate past performance as it pertains to the proposed equipment to determine the level of quality, including the level of successful performance of the functions for which the system is intended, and the reliability of the system. Evaluation of past performance will be based on information contained in the quotation and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. Price The Government will evaluate offers for award purposes by adding the total of all line item prices, including all options, and determine whether that total is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a technical and a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) 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. 5) The country of origin for the proposed equipment. 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. DUE DATE FOR QUOTATIONS All quotations must be received not later than 2:00 PM Eastern time, on May 13, 2011, to Willie Lu, Contract Specialist. FAX quotations shall not be accepted. E-mail quotations shall be accepted. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.217-5 Evaluation of Options. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB685080-11-01763/listing.html)
 
Place of Performance
Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02436530-W 20110501/110429234342-ca92997d9c0d40ab765ba4e3f396b066 (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.