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