Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540

National Institue of Standards and Technology, Acquistion and Assistance Division, Procurement Office, Bldg. 301, Room B152, Gaithersburg, MD 20899

66 -- SOLID-STATE, DIODE-PUMPED LASER SYSTEM SOL 53SBNB060038 DUE 030200 POC TAMARA GRINSPON, Contract Specialist, (301) 975-4390;Anne M. McFarlane, Contracting Officer, (301) 975-4648 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, 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, #53SBNB060038, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14.*****The associated Standards Industrial Classification Code (SIC) for this procurement is 3674, and the small business size is 500 Employees .*****The National Institute of Standards and Technology (NIST) has a requirement for either ALTERNATE I: a Diode-pumped, 530 nm Pulsed Laser System to pump a Ti:Sapphire regenerative amplifier; OR ALTERNATE II: a CW lamp-pumped, 530 nm Pulsed Laser System to pump a Ti:Sapphire regenerative amplifier, with higher power output, longer pulse durations, chilled water cooling and alternative power requirements which meet the specifications below. The system shall meet the following specifications: (1) The system shall be a solid-state, diode-array pumped Nd:YAG, Nd:YLF, or equivalent, laser medium Q-switched laser which delivers greater than 5 Watts (pulsed with 5 mJ or higher output at 1 KHz) with wavelength between 527 and 532 nm. Frequency doubling may be accomplished with intracavity temperature-stabilized LBO or similar crystal. The system shall have a hermetically sealed, temperature stabilized laser head with no user optical adjustments and fiber optic connections from diode bar(s) to laser head.***(2) The system shall have a user-controlled continuously changeable repetition rate from single shot up to at least 5 KHz with an adjustable output power control. The system shall provide at least 5mJ per pulse at 1 KHz repetition rate. The system shall produce pulsed output power greater than 5 mJ per pulse at repetition rates below 1 KHz.***(3) The system shall have a TEMoo output beam, 4-6 mm diameter (at 1/e-squared) with less than 0.5 mrad divergence; M-squared less than 1.3 and ellipticity less than 10%, or a multi-mode output with higher power (>6 Watts) and square (top-hat) beam cross-section.***4) The system shall have a beam center pointing stability < 5 microrad/degree Celsius.***(5) The system shall have amplitude noise of less than 3% rms over entire low to KHz repetition rate, and a power stability drift of no more than +/- 1% over a two hour period.***(6) The system shall have a pulse duration of no more than 200 nanoseconds for pumping a Ti:Sapphire amplifier rod, and a minimum Q-switch jitter of less than 10 ns with external synchronization output and input signals (TTL) to fire laser or synchronize to external electronics.***(7) Polarization: The system shall have horizontal orientation with an extinction ratio of no less than 100:1.***(8) The system shall operate at 110 VAC, 60 Hz power consumption.***(9) Systems with an air cooled power supply and laser head with internal cooling are acceptable. Externally cooled systems which require additional cooling units are acceptable, as well; however, the Government's purchase of the external cooler shall be optional to the Government and at the Government's discretion. ***(10) Vendors shall include as part of the quotation a Warranty of no less than One-Year/Greater than 5000 Hours (whichever comes first) on Parts and Labor. ***(11) Vendors shall provide evidence of having produced and sold comparable units/systems within the past 3 years, with indication of performance success (list of 5 references, with name of contact, firm, phone number, fax number and item(s) purchased).*****Vendors are to submit the following: (i) TWO copies of the quotation, also including any descriptive literature, as well as a list of five references; and (ii) A completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.*****Delivery is required within ten (10) weeks after receipt of order (ARO), and desired within eight (8) weeks ARO.*****Delivery location is the National Institute of Standards and Technology, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. The FOB point shall be DESTINATION, Gaithersburg, MD.*****NOTE:*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****The Government anticipates awarding one purchase order -- for one system -- ALTERNATE I or ALTERNATE II -- resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUEto the Government, price and other factors considered, based on (A) Technical capability to meet the Government's specifications (vendors shall submit a quotation addressing all required specifications, and shall provide descriptive literature for item(s) quoted; (B) Past Performance (vendors shall submit evidence of having produced and sold comparable units/systems within the past 3 years, with indication of performance success (list of 5 references, with name of contact, firm, phone number, and item(s) purchased); and (C) Price. The Government reserves the right to award a purchase order without discussions. Selection will be made in accordance with Federal Acquisition Regulation (FAR) Part 13-SIMPLIFIED ACQUISITION PROCEDURES, Subpart 13.106-2, Evaluation of Quotations or Offers.The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; and 52.212-4, Contract Terms and Conditions-Commercial Items. *****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (21)(i), Buy American Act-North American Free Trade Agreement Implementation Act -- Balance of Payments Program; and (22) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The clause Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/agency.htm, applies to this solicitation as well. Copies of other above-listed clauses are available for downloading at www.arnet.gov/far or by calling Tamara Grinspon at (301) 975-4390.All interested, responsible firms should submit quotes by 3:00 PM, Washington DC time, on MARCH 2, 2000, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON, Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotations will NOT be accepted. Posted 02/16/00 (W-SN426167). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000218\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page