Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOLICITATION NOTICE

66 -- Solar Cell Spectral Response Measurement System

Notice Date
5/11/2011
 
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
SB1341-11-RQ-0213
 
Archive Date
6/9/2011
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 2024827876
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@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) 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Background: The Heat Transfer and Alternative Energy Systems (HTAES) Group within the Building Environment Division at the National Institute of Standards and Technology (NIST) contribute to the advancement of measurement science needed to achieve net-zero energy, high performance buildings. A key component to achieving net-zero energy is advanced building energy technologies, especially renewable energy sources. Accordingly, a focus area for the HTAES Group is to improve the tools used for measuring and evaluating renewable solar photovoltaic (PV) technologies. A solar cell spectral response measurement system is necessary to allow the HTAES Group to reduce the uncertainty of its current, in-house PV measurement capability and to provide a key building block towards exploring ways to make more accurate and more readily implemented spectral response measurements. Such improvements are needed to allow expanded options for verifying manufacturer ratings and to more fairly compare and evaluate the expanding range of PV products and technologies. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Solar Cell Spectral Response Measurement System, which shall meet or exceed the following minimum specifications: 1. Capable of relative spectral responsivity measurements of solar cells from at least 300 nm to at least 1750 nm. The system design must not restrict the option of expanding the capabilities of the system in the future in order to permit absolute measurements. 2. For spectral responsivity measurements, the system must be capable of wavelength resolution of 10 nm or better. 3. Capable of measuring the overall relative spectral response of a 2 cm x 2 cm silicon crystalline cell with an accuracy of better than ± 4% in the range of 300 nm - 900 nm and ± 7% or better in the range of 900 nm - 1750 nm. 4. Provide a monochromatic beam with an optical output power of at least 10 microwatts at 600 nm. 5. The light source for the monochromator must be a dual source consisting of a 300 W Xenon lamp and a 250 W Quartz Halogen light with motorized switching, so each one can be utilized independently over a different wavelength region. An alternative light source and set up is acceptable so long as its performance and functionality equals or exceeds that obtained from the described two-lamp configuration. 6. Provide a light biasing capability that utilizes a 1 kW quartz-halogen light source that can illuminate at least a 15 cm x 15 cm area while achieving a uniformity of ± 15%. 7. The light biasing system must be designed so it can be incrementally expanded in the future so as to allow illumination of areas larger than provided by the original system. 8. Must include a ¼ meter monochromator with 3 gratings and 3 slit assemblies. 9. The photocurrent detection electronics must be capable of handling DC currents up to 1.5 Amps while simultaneously singling out the cell's incremental photocurrent created by the monochromatic light source that is chopped or pulsed at a frequency ranging from 10 Hz to 800 Hz. 10. The monochromatic light source must have a probing spot size in the test plane that is at least 1 cm in diameter. The projection optics of the system must allow a working distance of at least 25 cm. 11. The system must include the option for performing DC monochromatic measurements. 12. The system must include a sample mounting station, with a cooling plate and a micrometer X-Y-Z stage that provide up to 2.5 cm movement of mounted samples in each direction. The overall size of the cooling plate must be at least 20 cm x 20 cm. The chiller used to provide the constant temperature fluid for the cooling plate is an optional line item (See below). 13. The layout of the system must provide the option of placing any cell contained within a solar module having dimensions of 1.0 m x 0.5 m to the test location within the system. 14. The system must be computer-controlled with appropriate software provided by the Contractor. 15. All components of the system must be designed to operate using single-phase power that is nominally supplied at 60 Hz at a nominal voltage of 120 V or 240 V. 16. The system must provide an output of the measured short circuit current in addition to the relative spectral response value. 17. The system must allow easy exporting of the spectral response data into an Excel spreadsheet. Line Item 0002: Quantity One (1) Day of Installation, which shall meet or exceed the following minimum specifications: 1. The Contractor shall install the system on-site at NIST, Gaithersburg, MD. Line Item 0003: Quantity One (1) Day of Training, which shall meet or exceed the following minimum specifications: 1. The Contractor shall provide one (1) day of on-site training for NIST personnel on the operation of the system. Training shall be coordinated to occur immediately after installation is complete. OPTION LINE ITEMS: The following items are option line items. The Contractor must provide pricing for these items or accept disqualification of their quote. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. Option Line Item 0001: Quantity One (1) Small Temperature Bath or Chiller, which shall meet or exceed the following minimum specifications: 1. Must be capable of supplying liquid temperatures that range from 15 to 35ºC. Option Line Item 0002: Quantity One (1) Vacuum Pump, which shall meet or exceed the following minimum specifications: 1. In combination with the system's mounting station, must be capable of holding a specimen having a mass of 2 kg. Option Line Item 0003: Quantity Two (2) Magnetic Electrical Probes, which shall meet or exceed the following minimum specifications: 1. Must have X-Y micro control for making electrical contact and performing current voltage characterization on test PV cells. Option Line Item 0004: Quantity One (1) Optical Table, which shall meet or exceed the following minimum specifications: 1. Must measure 4' feet wide x 6' feet long x 8" inches thick, with 1" inch grid mounting hole pattern and ¼-20 hole type. 2. The table must offer an isolation platform, with the dynamic deflection coefficient less than 2 x 10-3, and a deflection under load of less than 2 x 10-3 mm. 3. The table must also include a set of high load wheels or caster for moving. Warranty: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover all defects in materials and workmanship for a period of one (1) year from the date of final acceptance by the Government. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Installation and on-site training shall take place at NIST/Engineering Laboratory, 100 Bureau Drive, Gaithersburg, MD. Delivery, installation and training shall be completed no later than six (6) months after receipt of purchase order. 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. Inspection and Acceptance Criteria (see FAR 52.212-4(a)): The Government will inspect and accept the equipment within one (1) week after installation is completed. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. The equipment will be run and examined for conformance to NIST specifications. Technical Evaluation Criteria: 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 will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price will be evaluated for reasonableness. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options Offerors shall 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. Clauses: 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: 52.204-10 Reporting Subcontract Awards 52.219-4 Notice of Price Evaluation Preference for HUBZone 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item: The Government may require 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 within 1 day of the expiration of the option. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 Line Items 0001-0003 and Option Line Items 0001-0004; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) 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 be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 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. Submission shall be received not later than 3:00 p.m. local time on May 25, 2011 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: Joshua Holliday. Because of heightened security, FedEx, 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 made to the Contracts Office at 301-975-4959. 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. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on May 25, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Joshua Holliday.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0213/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02445522-W 20110513/110511234747-d66aef6eb8759029db98d8e1a0d9dac9 (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.