Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

66 -- INFRARED INTEGRATING SPHERE - Package #1

Notice Date
8/30/2012
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB685040-12-05330-1
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Drawings 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) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor's may submit a quote. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to both the Contract Specialist (Prateema.carvajal@nist.gov) and the Contracting Officer (todd.hill@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. 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. Background information: NIST has a facility for measuring very low reflectance levels in the infrared using laser sources. The primary application of this facility is for the characterization of cavities used in high accuracy radiometers and blackbody reference sources. The key element of the facility is an integrating sphere system which is used to collect the reflected light from samples and cavities that are measured. The existing system, called the Complete Hemispherical Infrared Laser-based Reflectometer (CHILR), is limited to the measurement of cavities with a maximum of 50 mm diameter apertures. There is an unmet need for the characterization of larger aperture cavities. This procurement is for and integrating sphere which will be able to accurately measure such cavities, up to 200 mm in diameter. LINE ITEM 0001: One (1) each, Infrared Integrating Sphere Must meet the following minimum specifications: 1. Sphere inner diameter d: 500 mm ± 2 mm. 2. The sphere shall have 4 main ports, as illustrated in Figure 1. 3. A Unit Under Test / Reference Slide Port P1 with diameter d1: 200 mm ± 1 mm. 4. An input port (P2) with diameter d2: 200 mm ± 1 mm. 5. Two detector ports (P3 and P4), with diameters of d3 and d4: 12.5 mm ± 0.5 mm, and port plugs. 6. P1 and P2 located opposite each other on the sphere. 7. P3 located midway (90° ± 0.5°) in the horizontal plane. 8. P4 located midway (90° ± 0.5°) in the vertical plane. 9. All ports have "knife edge" designs, with a maximum edge thickness of 0.5 mm. 10. P3 and P4 have flange designs for mounting detectors or optics, with a diameter df ≥ 50 mm, 4 tapped mounting holes, and a groove on the side surface. 11. P1 shall have a structure accommodating the translating Reference Rotary Slide (RRS) described below and shown in the drawings. 12. P1 shall also have a flat surface with tapped holes, to allow attachment of stand-offs to avoid the UUT contact with the moving RRS slide, and attaching potential additional user elements as needed. 13. The Reference Rotary Slide shall translate between 3 positions, placing 200 mm circular ports on it to match with P1 of the integrating sphere. 14. The general arrangement of the RRS is shown in the Figure # 2 of the attachment. The three ports contain 1) a diffuse gold disc coated with the same coating as the integrating sphere; 2) empty hole, behind which will be the user provided cavity to be measured; and 3) a black painted disc (user painted - vendor to provide substrate disc only). 15. All the area of the RRS, exposed to the sphere, except for the reference sample area, should be coated with diffuse gold. 16. RRS reference ports should have provisions for mounting of the reference samples 17. The RRS thickness should be minimized to reduce the distortion of the spherical shape, not exceeding 10 mm in total, but sufficient to accommodate the discs, as well as to insure their flatness. 18. The vendor shall supply 2 each of the diffuse gold and bare substrate 200 mm dia. discs, as well as 2 each 25 mm and 50 diameter mm discs of the sphere coating for reflectance characterization. 19. When the RRS is in the central empty port position (i.e. lined up with P1) the area within a 300 mm radius around the port shall be free of any obstruction. This is to allow the placement of customer blackbodies flush up against the RS and P1. 20. RRS shall be designed to be mounted on a Newport RV120 rotation stage in such a way as to not interfere with the Unit Under Test space (translation stage is user-provided). Rotation stage can be located either under or above the port P1, with preference for a more compact arrangement. 21. Port P2 shall have a Cap C1 of spherical shape to match the spherical surface of the main sphere, with a 10 mm slot starting at the center and extending to the edge of the port P2, as illustrated in Figure #3. 22. A second similar Cap C2 shall be interchangeable with C1, having a 10 mm ± 0.25 mm diameter port (P6). 23. Both Caps C1 and C2 should have a hole pattern to allow (a) mounting to the port P1 flange, and (2) mounting to the user-supplied rotation stage Newport RV240CC-F, as shown in the Figure #3. 24. C1 and C2 shall be designed to minimize deviation from a uniform diffuse interior spherical surface. 25. The integrating sphere shall be user-separable into individual hemispheres to enable placement and removal of baffles and other items. 26. Any seam or gap between parts of the sphere inner surface shall be minimized, less than 0.5 mm over its entire length. These include those between i) P1 and RS1, ii) P2 and C1 and C2, and iii) the seam between the hemispheres shall be less than 0.5 mm over its entire length. 27. Interchangeable removable baffles between each of the ports P1 and P2, and P3 and P4, respectively, shall be provided, to block light directly reflecting to the detectors. Both specular and diffuse versions of each baffle shall be provided. In addition, diffuse-coated plugs shall be provided for the baffle mounting holes, should the sphere be operated with the baffles are removed. 28. The coatings used for the sphere inner surface, caps and other interior elements shall be as close to ideal as feasible. 29. All diffuse surfaces shall have a bi-directional reflectance distribution function (BRDF) for normal incidence reflection that does not vary by more than a factor of 2.5 between 0° and 80° viewing, at 10.6 µm wavelength. Preference to smaller values. 30. All diffuse surfaces shall have a near-normal spectral directional-hemispherical reflectance (DHR) of not less than 0.965 between 2 µm and 18 µm. Preference to higher values. 31. All specular surfaces shall have a reflectance of not less than 0.985 between 2 µm and 18 µm. Preference to higher values. 32. The fully assembled integrating sphere shall be provided with an adapter mounting plate or mounting holes in the sphere supporting structure, underneath the sphere assembly. Delivery terms shall be FOB Destination and made within 6 months from date of award. Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations 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. UNDER THE TECHNICAL CAPABILITY FACTOR, PREFERENCE WILL BE GIVEN TO THE QUOTE THAT EXCEEDS THE FOLLOWING MINIMUM SPECIFICATIONS: 1. All specular surfaces shall have a reflectance of not less than 0.985 between 2 µm and 18 µm. Preference will be given to higher values. 2. All diffuse surfaces shall have a near-normal spectral directional-hemispherical reflectance (DHR) of not less than 0.965 between 2 µm and 18 µm. 3. All diffuse surfaces shall have a bi-directional reflectance distribution function (BRDF) for normal incidence reflection that does not vary by more than a factor of 2.5 between 0° and 80° viewing, at 10.6 µm wavelength. Preference to smaller values. Price: Quoted price shall be evaluated for reasonableness. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) Inspection will be done at the NIST Gaithersburg facility. All minimum specifications must be successfully demonstrated. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest 1352.271-83- Government review, comment, acceptance and approval 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: TODD HILL, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-3, Buy America Act-Free trade Agreement (ii) Alternate I (Jan 2004 of 52.225-3 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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) An original and one (1) copy of the most recent published price list(s); 4) Country of Origin information for the line item. Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 8:00 am, EST, on September 7, 2012 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: Prateema Carvajal. Fax quotations shall not be accepted. Email quotations shall be accepted at Prateema.carvajal@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 provided to Prateema Carvajal, 301-975-4390.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB685040-12-05330-1/listing.html)
 
Place of Performance
Address: NIST, 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02863299-W 20120901/120831001633-5408ed7b79a16cfe9ddee0aa2bad4d05 (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.