Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOLICITATION NOTICE

66 -- Acousto-Optic Delay Line - Attachment I

Notice Date
5/20/2015
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0373
 
Archive Date
6/17/2015
 
Point of Contact
Adam C. Powell, Phone: 301-975-2166
 
E-Mail Address
adam.powell@nist.gov
(adam.powell@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-82, effective May 7, 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing - with a small business size standard of 500 employees. This acquisition is being procured using full-and-open competition. Simplified acquisition procedures will be utilized. The Material Measurement Laboratory's Biomaterials Group has a project involving development of broadband coherent anti-Stokes scattering (BCARS) microscopy with fast spectral imaging capabilities. NIST requires an acousto-optical (AO) delay line to develop an instrument that will serve to acquire high quality Raman spectra of biological materials at sufficiently rapid rates for live cell imaging, and potentially, intraoperative applications. This is a Brand Name or Equal Requirement. Brand name or equal description is intended to be descriptive, but not restrictive. It is to indicate the quality and salient characteristics of products that are considered satisfactory to meet the agency's requirement. LINE ITEM 0001: Quantity one each Acousto Optical Delay Line, Low Jitter Dazzler, FastLite Part Number HR1030JF or equivalent, manufactured by FastLite of France. The equipment shall be new and meet or exceed the following salient characteristics: • Must generate a series of at least 1,000 optical delays between 0 picoseconds and 5.5 picoseconds for a 33 nJ (nanoJoule), 50 fs (femtosecond), 70 MHz (megahertz) repetition rate laser pulse train centered at 1,070 nm (nanometer) • The delay line must refresh at a refresh frequency f, where f is between 16 kHz (kilohertz) and 50 kHz. For the purpose of this solicitation, refresh means to start the series of delays again • The delay line must be at least 50% efficient in that it must delay at least 50% of the light focused on it • The delay line must compensate for dispersion induced by the acousto-optic crystal for the delayed light (i.e. a laser pulse that is transform-limited (compressed) going into the delay line must be compressed at the output of the delay line as well, with no more than 500 fs^2 residual chirp imparted to the pulse after it traverses the delay line). LINE ITEM 0002: Quantity one each Octopuzz Synch Box, FastLite Part Number OV1, or equivalent, manufactured by FastLite of France. The equipment shall be new and meet or exceed the following salient characteristics: • Hardware must be provided to synchronize the delay line refresh to the firing of the laser. The hardware must be phase-locked to the repetition cycle of the laser, so that laser pulses arrive at identical delay points for each delay cycle. Jitter in delay points at pulse arrival must be less than 0.01 fs. LINE ITEM 0003: Quantity one job: Installation The Contractor shall provide installation for the acousto-optic delay line. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. LINE ITEM 0004: Quantity one year: Warranty The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall cover all parts, labor, and travel. The warranty shall commence upon successful completion of delivery and installation. DELIVERY Successful completion of delivery and installation shall be completed not later than 90 days after award. Delivery shall be made to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms 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. PAYMENT One lump sum payment will be made upon successful completion of delivery, installation, and demonstration of specifications. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price technically acceptable quotation. Technically acceptable means that the quoted product and services meet all required specifications of Line Items 0001, 0002, 0003, and 0004. Price will be evaluated for reasonableness. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. For the purpose of evaluation of Technical Capability: Documentation and/or product literature, which clearly demonstrates that the equipment and service being quoted meets or exceeds the salient characteristics, identified herein; Confirmation that installation and warranty requirements will be met. 2. For the purpose of evaluation of Price: A firm-fixed price, FOB Destination price quotation; 3. The place of manufacture for the quoted equipment; 4. Quoters shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation in order to be considered for award. 5. The is a brand-name or equal open-market combined synopsis/solicitation for an acousto-optic delay line, a synch box, installation, and a one year warranty 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 quotations shall include a statement regarding the terms and conditions herein as follows: a. 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 b. 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. 6. The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Adam Powell at adam.powell@nist.gov. Submission must be received not later than 5:00 p.m. Eastern Time on June 2, 2015. FAX quotations will not be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Adam Powell. Questions: Reference inquiries provision below. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at https://acquisition.gov/far/index.html The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/reghtml/regs/other/car/1352.htm The following provisions apply to this acquisition: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items • Offerors must complete annual representations and certifications on-line at www.SAM.GOV. If paragraph (j) of the provision applies, a written submission is required. 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate 1352.215-72 Inquiries • Offerors must submit all questions concerning this solicitation in writing to Adam Powell, via e-mail adam.powell@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. The following clauses apply to this acquisition: 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 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; • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 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 Equal Opportunity for Workers with Disabilities; • 52.222-36 Affirmative Action for Workers with Disabilities; • 52.222-50, Combatting Trafficking in Persons; • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act o Alternate II; • 52.225-13 Restrictions on Certain Foreign Purchases; • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.237-2 Protection of Government Building, Equipment, and Vegetation; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 1352-201-70 Contracting Officer's Authority; 1352-209-73 Compliance with the Laws; 1352-209-74 Organization Conflict of Interest; 1352.233-70 Agency Protests 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) 1352-246-70 Place of Acceptance; NIST Local Billing Instructions. 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/SB1341-15-RQ-0373/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03738259-W 20150522/150520235607-a42293613f4594e5be05cf4657967b60 (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.