SOLICITATION NOTICE
66 -- Resonant Frequency Converter
- Notice Date
- 4/23/2014
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB688000-14-02482
- Archive Date
- 5/22/2014
- Point of Contact
- Jason Wells, Phone: 3034973764, Patricia M. Bullington, Phone: 3034973106
- E-Mail Address
-
jason.wells@nist.gov, patricia.bullington@nist.gov
(jason.wells@nist.gov, patricia.bullington@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, NB688000-14-02482 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 333314, Small business size standard is 500 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001: Resonant Frequency Converters. QTY: 2EA (vi) Description of requirements for the items to be acquired: This is a brand name or equal requirement. M Squared InvarianT, ECD-X Resonant Frequency Converters. Converters must be sealed and contain no user-serviceable parts in the enclosure. The units must operate without the need to ever open the enclosure. Must have at most, two parts in the enclosure that are adjustable and the adjustment, if any, can only be done electronically. The conversion efficiencies should be >16%/W at 534 and 534.8nm, respectively and the designed input power should be 300 mW for 534nm and 80 to 300 mW for 534.8 nm. The output UV beam from the converters should have near circular beam profiles (elipticity >0.9). (vii) FOB Destination for delivery to 325 Broadway, Boulder, CO 80305. Delivery must be on or before September 20th 2014. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This is a brand name or equal requirement. Offerors proposing to furnish an "equal" product must include product make, model, catalog description or similar information sufficient for the government to evaluate the product against the salient characteristics listed in Para (vi). All offers must include shipping FOB Destination. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability (capability of the item offered to meet the agency need), price and past performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (vi). Technical and past performance when combined are significantly more important than price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(4), b(6), b(12)(i), b(26), b(27), b(28), b(29), b(31), b(38), b(40)(iii), b(42), b(48). (xiii) The following clauses are also applicable to this acquisition: CAR 1352.209-73, CAR 1352.209-74, CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)). The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 11:00 am Mountain Daylight Time, Wednesday, May 7th, 2014 and must include the following: Company name, address phone numbers, DUNS number, and itemized quote. Quotes shall be delivered via email to jason.wells@nist.gov. (xvi) Please direct any questions regarding this solicitation to J. Wells at jason.wells@nist.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-14-02482/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03347078-W 20140425/140423235635-81574fbb48735e45fbfce23a3ba13b91 (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 |