Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

66 -- Tapered Amplifier Laser System - Solicitation 1

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB688000-14-01946
 
Archive Date
4/24/2014
 
Point of Contact
Patricia M. Bullington, Phone: 3034973106, Robert Brackett, Phone: 303-497-6320
 
E-Mail Address
patricia.bullington@nist.gov, robert.brackett@nist.gov
(patricia.bullington@nist.gov, robert.brackett@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Statemen tof Work with Technical Specifications THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; THEREFORE A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number NB688000-14-01946 is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, and the Small Business size standard is 500 employees. The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is soliciting from all interested Small Business parties who can provide a Tapered Amplifier Laser System capable of supporting research and development of laser-cooled Cesium atomic fountain frequency standards (such as NIST-F1 and NIST-F2 which serve as the primary frequency standards for the US), in the Time and Frequency Division, in accordance with the attached SOW, located at NIST in Boulder, Colorado. **One key parameter is the ‘optical isolation' built into the product. A high amount of optical isolation helps insure high-performance and stable operation. This is very important for achieving the most stable and accurate atomic frequency standards.** A Sources Sought notification was previously posted from 03/14/14 to 03/24/14, via NB688000-14-01946. TECHNICAL CONSIDERATIONS: Experience with laser-cooled frequency standards, optical isolation of the laser is critically important. Insufficient optical isolation leads to degraded laser performance (line width and stability) which directly impacts the temperature of the laser cooled atoms and introduces noise in the atom detection process. This results in degraded performance of the frequency standard. Line Item Description Qty Unit Unit Price Total 0001 SYS BOOSTA 850 1.00 EA ________ Amplifier for 825 - 860nm BoosTA 850 L Amplifier System 0002 #OK- 1.00 EA ________ Opt. Isolator, 860-900 nm, Optical Isolator 0003 FIBERDOCK 2 2.00 EA ________ Fiber Coupler Unit, FC/APC for direct attachment onto TOPTICA lasers 0004 #OK-0673 2.00 EA _________ Fiber Patchcord, SM, FC/APC Fiber Patchcord, SM, FC/APC 780-980nm, L=3m, MFD=5.4μm 0005 Shipping 1.00 EA _________ DELIVERY DATE: No later than 14 weeks from order. A significant delay will impact the completion of a new laser-cooled Cesium frequency standard and will impact the quality and reliability of NIST (official US) timekeeping systems. SHIP TO: NATIONAL INST OF STDS AND TECHNOLOGY 325 BROADWAY BOULDER CO 80305-3328 FOB: Destination 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; 52.232-40, Accelerated Payment to SB Subcontractors. 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. 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. 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-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.222-19, Child Labor - Cooperation With Authorities And Remedies; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.239-1, Privacy or Security Safeguards. Commerce Acquisition Regulations (CAR) 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.213-70, Evaluation utilizing simplified acquisition procedures 1352.215-70, Proposal Preparation 1352.215-72, Inquiries 1352.233-70, Agency Protests 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.215-70, Proposal preparation 1) one (1) copy of a proposal 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) Description of commercial warranty; 4) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's proposal; 5) This is an Open-Market Combined Synopsis/Solicitation for software development 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 proposals 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 proposal based upon an FSS or GWAC contract, the Government will accept the proposal 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 proposal. NOTE: It is the responsibility of the offeror to acknowledge any amendments made to this solicitation. All amendments will be posted on the Fedbizopps website. CAR 1352.215-75, Evaluation Criteria 1) Technical Capability, Meeting or Exceeding the technical specifications for the application. 2) Price 3) Delivery date Price shall not be evaluated on quotations that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the attached Evaluation Criteria. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Price: Price shall be evaluated for reasonableness. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED OFFEROR WHO'S TECHNICALLY ACCEPTABLE PROPOSAL IS DEEMED TO REPRESENT THE BEST COMBINATION OF TECHNICAL CAPABILITY AND PRICE. The technical factors are more significant to cost or price in this evaluation Due Date and Response Information Interested vendors capable of furnishing the specified equipment in this combined synopsis/solicitation should submit their proposal (complete with proposed product specifications), in writing, to: Patricia Bullington, Contract Specialist electronically at patricia.bullington@nist.gov. FAX proposals shall not be accepted. Proposals shall be received no later than 12NOON. MST, Wednesday, April 9, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-14-01946/listing.html)
 
Place of Performance
Address: Patricia Bullington, Contract Specialist, U.S. Department of Commerce, National Institute of Standards and Technology (NIST) - Boulder CO, 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN03329886-W 20140406/140404234123-5e0a7503593794e47238a1e7e9ad606d (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.