SOLICITATION NOTICE
59 -- Acousto-optic (AO) modulators/deflectors
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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
- NB688000-12-03070
- Archive Date
- 5/9/2012
- Point of Contact
- Tiffany C Atchison, Phone: 3034975534
- E-Mail Address
-
tiffany.atchison@nist.gov
(tiffany.atchison@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 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is being procured as a total small business set-aside. NIST must purchase a total of 43 acousto-optic (AO) modulators/deflectors with different radio frequency (RF) center frequencies and bandwidths. The Ion Storage Group will use the AOs to generate phase coherent laser beams with different frequencies and phases. The experiments require AOs which work with ultraviolet (UV) laser beams with wavelengths around 280 nm and 313 nm. NIST needs RF center frequencies from 85 MHz up to 310 MHz, and for some elements, the ability to tune the frequency offset through large bandwidths without adjusting the position or orientation of the device. NIST proposes to purchase modulator AOs centered at 85 MHz (Qty. 6), at 200 MHz (Qty. 9), and at 310 MHz (Qty. 7), furthermore, deflector AOs centered at 200 MHz (Qty. 11), and 310 MHz (Qty. 10). TECHNICAL SPECIFICATIONS: All AOs need to have anti-reflection coating at 280 nm and 313 nm, to provide optical insertion loss of less than 3 %.Optical wavelengths are 280 nm and 313 nm with input powers of a 1 to 20 mW and with typical beam diameters of approx. 0.5 to 2 mm. Modulator AOs: - RF center freq.: 85 MHz, RF drive power: < 3 W, input impedance 50 Ohm, diffraction efficiency: 85 % or more; (Qty. 6) - RF center freq.: 200 MHz +/- 40 MHz, RF drive power: < 3 W, input impedance 50 Ohm, diffraction efficiency: 80 % or more; (Qty. 9) - RF center freq.: 310 MHz +/- 20 MHz, RF drive power: < 3 W, input impedance 50 Ohm, diffraction efficiency: 80 % or more; (Qty. 7) Deflector AOs: - RF center freq.: 200 MHz (bandwidth 80 MHz), RF drive power: < 4 W, input impedance 50 Ohm, diffraction efficiency: 80 % or more (Qty. 11) - RF center freq.: 310 MHz (bandwidth 50 MHz), RF drive power: < 4 W, input impedance 50 Ohm, diffraction efficiency: 70 % or more (Qty. 10) DELIVERY Delivery shall be made to NIST, 325 Broadway, Boulder, CO 80305. DELIVERABLE SCHEDULE: no later than July 1, 2012. Delivery term shall be FOB Destination. 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 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 Inspection will be done at the NIST facility upon receipt. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government will reserves the right to verify the specifications listed above are met in the shipped product. EVALUATION CRITERIA AND BASIS FOR AWARD 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 (3) Price. Technical Capability and Past Performance, when combined, shall be more inportance 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 salient characteristics identified herein. Past Performance: The Government will evaluate past performance as it pertains to the proposed item to determine the level of quality, and the reliability of the product. Evaluation of past performance will be based on information contained in the technical proposal 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) For the purpose of technical evaluation quoters shall submit: a. A technical description and/or product literature which clearly details all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; 2) 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. The Price provided should be a Firm Fixed Price, the price quoted will be the price paid by NIST for the requirement. Award will be made within two week of the response date. Delivery shall occur on or before July 1, 2012. 3) The country of origin for the product. 4) 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 shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Tiffany Atchison, tiffany.atchison@nist.gov. Submission must be received not later than 12:00 p.m. local time on Tuesday, April 24, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the inbox of Tiffany Atchison. 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. 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 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; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-1 Buy American Act-Supplies 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/NB688000-12-03070/listing.html)
- Record
- SN02726942-W 20120421/120420000823-400abda162d86dd8fc8122bc15d2b184 (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 |