Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- SOLID-STATE-DIODE-PUMP- CONTINOUS WAVE LASER SOL 53SBNB060068 DUE 040600 POC Contract Specialist, Carolyn Wilder (301) 975-8332;Contracting Officer, Joan Smith (301) 975-6458 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 IFNORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED*****This solicitation, #53SBNB060068, is a Request for Quotation (RFQ), Simplified Method of acquisition will be used for this procurement. . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. 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 an all-solid-state, diode-pumped, continuous-wave laser producing nominally 532nm light appropriate for use as a pump laser for an existing mode-locked Ti-sapphire laser. The laser shall be appropriate for doubling to 266nm at a future time for use in UV-Raman spectroscopy. To assure stability and ease of use of the laser, the cavity shall be of a sealed design, with no user adjustments of the optics. The pump diodes shall be remote from the laser head, and fiber coupled. The design shall allow field replacement of the diodes by a knowledgeable end user. Detailed specifications are as follows. Optical performance: (1) average output power 5W, (2) long term power stability +/- 1% pk-pk over 8 hours after 15 minute warm-up (3) optical noise <0.04% rms from 10 Hz to 200 MHz, (4) mode structure TEM00 (Gaussian), (4) M-squared <=1.1, (5) beam diameter ~2.3 mm at 1/e^2 intensity points, (6) beam ellipticity <10%, (7) pointing stability <5 microradians/degree Celsius, (8) polarization linear, vertical >100:1, (9) frequency stability <5 MHz (over 50 msec), (10) wavelength drift <0.001 nm/degree Celsius. Utility and Environmental Requirements: (1) system shall be capable of operating on 60 Hz, 110 VAC drawing no more than 15 A. (2) power supply shall be remote from the optical head and air cooled, (3) footprint of laser head and all necessary heat sinks not to exceed 160 sq inches, (4) umbilical between power supply and head shall be at least 3 m long, (5) The vendor shall provide all necessary electrical and mechanical (water and compressed air) connections for installation of the system. (6) The vendor shall provide all necessary facilities conditioning (secondary water chillers, air dryers/filters, etc.) necessary for stable operation of the system. Government is interested in a trading in an existing Coherent, Model Innova I-90 Ar-ion laser with power supply and remote. The system shall be warranted to meet the preceding specifications for one-year or 5000 hours of use following acceptance by NIST. Within the warrantee period, on site support shall be provided within 3-5 working days of notification of problems. Delivery is required within 42 days After Receipt of Order (ARO). Delivery location is the National Institute of Standards and Technology, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland 20899-0001. The FOB Point shall be Destination, Gaithersburg, Maryland.****The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; *****Evaluation criteria is as follows: (a) Technical capability to meet or exceed the Government's specifications (offerors shall submit a quotation addressing all required specifications noting exceptions in exceeding the above criteria, and shall provide descriptive literature and price list for all item numbers; (b) Past Performance (offerors shall submit evidence of having produced and sold comparable units, with indication of performance success within the last 2 years); Vendor shall demonstrate the doubling ability of the laser with performance data from either the open literature or in-house tests. Conversion efficiency of at least 10% into the ultravoilet (nominal 266 nm) shall be established; and (c) Price. Technical and past performance evaluation criteria, when combined, are significantly more important than price.*****The Government anticipates awarding a purchase order resulting from this combined synopsis/solicitation to the responsible offeror who quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. Offerors 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 to need. Failure to address a specification/requirement will be constructed by the Government as inability to meet the need, or the offeror's taking exception to it.*****All vendors are to include with their quotes, a complete 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.htm. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, applies to this acquisition, including subparagraphs (a) (1) 52.222-3, Convict Labor (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067), (3) 52.225-3, Protest after Award, (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Special Disable Vietnam Era Veterans; (14) 52.222-36, Affirmative Action for Handicapped Workers; (15) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; (17) (ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program; (21) 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, (22) 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration; and 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/protest.htm.***** All interested responsible firms should submit quotes (original plus one copy of quote and enclosures), by 3:00 PM, Washington, DC time, on 04/06/00, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: Carolyn Wilder, Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotes will NOT be accepted. Copies of above reference clauses are available upon request, either by telephone or fax. Posted 03/22/00 (W-SN436936). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0268 20000324\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page