SOLICITATION NOTICE
66 -- PULSED LASER
- Notice Date
- 6/17/2015
- 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
- SB1341-15-RQ-0552
- Archive Date
- 7/14/2015
- Point of Contact
- Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@nist.gov, patrick.staines@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 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This procurement is being set aside 100 percent for small businesses. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. Background: The National Institute of Standards and Technology (NIST), Center for Nanoscale Science and Technology (CNST) has a requirement for a Pulsed Laser. The CNST has initiated a research program to develop measurement methods and instrumentation based on super-resolution localization microscopy and single-molecule fluorescence lifetime data to image and characterize catalytic reaction centers at the nanoscale. It will also be used to measure single-molecule dynamics in soft materials, including polymers, composites and biological systems. This development requires the use of one (1) pulsed laser unit as a wide-field excitation source for single-molecule fluorescence dyes. The laser will be integrated into a system comprising an optical microscope and a time-resolved camera capable of picosecond temporal resolution. The maximum data rate of the camera is between 10 kHz (local) and 5 MHz (global). The laser will be used to excite fluorescence from dye molecules that emit in the range of 400 nm to 900 nm, and may also be used in a two-photon confocal microscopy mode. The laser must therefore be capable of producing short pulses in the infra-red that can be doubled or tripled in frequency, or that can be used to excite two-photon fluorescence. Part of the Center for Nanoscale Science and Technology's (CNST) core mission is to develop innovative nanoscale measurement and fabrication capabilities to support researchers in all research settings. With this in mind, the CNST at the National Institute of Standards and Technology (NIST) seeks to acquire one (1) pulsed laser unit, which will be used as a component within a system to couple localization microscopy with fluorescence lifetime measurements for the purpose of characterizing interfacial catalytic centers at the nanoscale. Coupled localization microscopy with fluorescence lifetime measurements will be developed in the CNST as a resource accessible to researchers in the CNST and to outside users via collaboration. BRAND NAME OR EQUIVALENT: This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@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. (End of Provision) Requirement: The contractor shall provide a Firm Fixed Price quotation for the following: Line Item 0001, a quantity of one Calmar FLCPA-05U or Equivalent Pulsed Laser, meeting or exceeding the following salient characteristics (All equipment must be new. Used and refurbished equipment shall not be considered for award): 1)REPITITION RATES. The pulsed laser unit must have selectable repetition rates via either, 1) ≥ 10 steps in a geometrically increasing fashion or 2) continuously variable, within the range of 120 kHz to 5 MHz; 2)LASER POWER. The pulsed laser unit shall have at least a 500 mW power (continuous wave equivalent) at a repetition rate of 5 MHz and maintain the same pulse energy (independent of pulse width) at all lower repetition rates with a power stability of ≤ +/- 1%; 3)LASER LINE. The pulsed laser unit must function at a laser line wavelength between 1030 nm to 1064 nm with the following qualities; a)The laser line wavelength shall have a linewidth (FWHM) of ≤ +/- 5 nm. b)The beam shall have a beam quality ≤ 1.2 M2. c)The beam divergence shall be ≤ 0.75 mrad; 4)PULSE CHARACTERISTICS. The pulsed laser unit must have pulses with the following specifications; a)Pulse width shall be ≥ 0.4 ps and ≤ 30 ps. b)Pulse width must be continuously adjustable within the aforementioned range. c)Pulse timing jitter shall be ≤ 1 ps. d)Pulse-to-pulse stability ≤ 1 % RMS after warm up time. 5)EXTERNAL TRIGGER. The pulsed laser unit shall be capable of outputting a signal for triggering an external detector system; a)The signal shall have a pulse-to-pulse jitter timing of < 100 ps and a rise time < 1 ns. b)The trigger signal must be a 50 ohm signal, positive or negative 5 volts. 6)INTERLOCK. The pulsed laser unit shall include an interlock safety circuit that limits output when active. Interlock cables of at least 3 meters in length shall be included with the unit; 7)MAINTENANCE AND UPKEEP. A maintenance and general upkeep manual shall be supplied with the pulsed laser unit; Express Warranty The contractor shall warrant the entire system for a period of at least three years. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. The pulsed laser unit shall be serviceable and/or repairable in a timely manner, specifically: a)Remote diagnostics for assessment of the problem in ≤ one (1) week. b)A repair technician shall be available on site for repairs that can be performed at NIST within ≤ 2 weeks. c)In the event the laser needs to be shipped to the manufacture, repairs must take no longer than two (2) weeks not including shipping time. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. The following tests shall be performed within 30 days after receipt of instrument: 1.Power measurement as a function of pulse repetition rate. 2.Pulse width adjustment over full range of repetition rates. 3.Timing trigger signal jitter and pulse-to-pulse timing jitter. Deliverables: 1)Deliverable 1: CALIBRATION. The pulsed laser unit shall include performance data for beam quality, divergence, timing jitter, pulse width, pulse-to-pulse jitter and power at each repetition rate: a)The contractor shall provide real time performance data for the pulsed laser unit in which NIST will receive at least 1 week before the scheduled delivery date. The NIST Technical Point of Contact shall review and respond within 1 week or less of acceptance of data. Email submission in a word or pdf format is acceptable. b)All performance data shall adhere to the specifications listed above. 2) Deliverable 2: The final delivery of the system shall be completed not later than 6 weeks after receipt of order. Delivery term shall be FOB Destination. FOB Destination means: 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 any 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. The contractor shall deliver the items to NIST, BLD 301, Shipping and Receiving, Gaithersburg, MD 20899. 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. Those marked with an asterisk are provided in full text in Attachment 1. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Certification Regarding Responsibility Matters 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate Offerors shall 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. 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 including subparagraphs: 52.202-1: Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6, Protecting the Government's Interests when SubContracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-6, Brand Name or Equal 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program 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; 52.222-50, Combating Trafficking in Persons 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-Representation and Certification 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40, Providing Accelerated Payments to Small Business SubContractors 52.232-39 Unenforceability of Unauthorized Obligations 52.247-35 F.O.B. Destination within Consignees Premises 1352.271-83 Government Review, Comment, Acceptance, And Approval 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.246-70 Place of acceptance. 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 100 Bureau Drive Gaithersburg, MD 20899 (End of clause) 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: Patrick Staines, 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 1352.233-71GAO 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 (End of clause) Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law {Class Deviation) (February 2015) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 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, where the awarding agency is aware of the conviction, 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, or (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, where the awarding agency is aware of the unpaid 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) By accepting this award or order, in writing or by performance, the offeror/contractor assures that - (a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) The offeror/contractor 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 agreement with the authority responsible for collecting the tax liability. (End of Provision) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 03:30 pm Eastern on June 29, 2015 FAX quotations shall not be accepted. E-mail quotations shall be accepted at Lynda.Roark@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Lynda Roark, Contract Specialist on 301-975-3725. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination is required, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. 3). Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation is determined to be technically acceptable, meaning the quotation and subsequent product literature or technical descriptions submitted demonstrated that the proposed equipment meets or exceeds all listed requirements within this solicitation, and is lowest priced. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall 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. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. Price: The Government will evaluate price for reasonableness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0552/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03767952-W 20150619/150617235730-6028c87285f81ef3be722ec1547b6ffd (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 |