Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

66 -- Programmable Optical Filter

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
NB688000-14-04287
 
Archive Date
9/17/2014
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@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 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. (i) This solicitation, NB688000-14-04287 issued as a request for quotation (RFQ). (ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iii) The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Offerors may submit a quotation. (iv) This combined synopsis/solicitation is for the following commercial item(s): 0001: Programmable Optical Filter: QTY 1 each 0002: Shipping (v) Description of requirements for the items to be acquired: National Institute of Standards and Technology (NIST) research is focused on developing the next-generation optical tools for precision time keeping.The programmable optical filter will be used to manipulate the amplitude and phase of teeth of a microresonator-based optical frequency comb. The Contractor shall provide one (1) Programmable Optical Filter with arbitrary setting capability for optical amplitude and phase. The device must be able to perform line-by-line arbitrary. NIST requires a Finisar Waveshaper, Model WS-AA-1000S-XB-H, or equivalent that meets the following minimum technical requirements: Technical Requirements Operating range 1527.4nm to 1600.8nm Optical amplitude and phase control, arbitrary setting with <20 GHz resolution Optical fiber input and output, FC/APC connectors, single mode Insertions loss < 4.5 dB Pol. Dependent loss < 1 dB Group delay ripple < 0.75 ps Chromatic dispersion < +/-10ps/nm Filter shape: arbitrary Filter bandwidth: 20 GHz to 9 THz Group delay control range: -15ps to +15ps Settling time < 500 ms Attenuation control range >35 dB, and accuracy <1 dB USB control interface TECHNICAL CONSIDERATIONS: The programmable filter must have arbitrary attenuation and phase control across the C+L bands with <20 GHz setting resolution. (vi) Inspection and Acceptance: NIST will test the insertion loss of the device, the dispersion calibration, the filter bandwidth, and the setting time. (vii) The requested delivery is 4 weeks ARO. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall submit three examples of orders or contracts performed that are similar in scope including contract numbers and customer point of contacts to establish satisfactory past experience/performance. 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 experience/performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (v). Technical and past experience/performance are equal to 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. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED OFFER WHOSE TECHNICALLY ACCEPTABLE QUAOTION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT. (x) The offeror must have completed 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. Offerors shall complete annual representations and certifications on-line at www.sam.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. 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. (End of provision) (xi) 52.204-13, System for Award Management Maintenance (xii) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xiii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.22-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act - Free Trade Agreements, Alternate I; 52.225-13, Restrictions 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 52.247-34, FOB Destination 1352.201-70, Contracting Officer's Authority 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305 (xv) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (xvi) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html (xvii) The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Tuesday, September 2, 2014, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications and past experience/performance information. Quotes shall be delivered via email to angela.hitt@nist.gov. (xviii) Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Thursday, August 28, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-14-04287/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology (NIST), 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03473687-W 20140822/140821001045-fdf09f91d524df74aa242379a6f44236 (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.