Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

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

58 -- LASER SYSTEM SOL 53SBNB060079 DUE 052600 POC Contract Specialist, Carolyn Wilder (301) 975-8332 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 CONSITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED*****This solicitation, #53SBNB060079, is a Request for Quotation (RFQ). This procurement is under the Test Program for commercial items using simplified methods. 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 3829 and the small business size is 500 Employees.****The National Institute of Standards and Technology (NIST) has a requirement for a laser system to be used to conduct large scale planar measurements of fire and sprinkler flows. The laser system is required for the development of an advanced PIV type measurement technique. The system is required to meet following requirements:(1) Dual beam Q-switched Nd:YAG Laser System shall contain two independent Q-switched Nd:YAG lasers. (2) All optical components shall be self-contained in a single unit. (3) Nominal pulse repetition rate of 10 Hz for each beam. (4) Temperature stabilized harmonic generators. (5) 2nd harmonic (532 nm) beam with approximate delivered output power of 750 mJ per 10 ns pulse. (6) 3rd harmonic (355 nm) beam with approximate delivered output power of 400 mJ per 10 ns pulse. (7) Optics for combining the two beams (532 nm and 355 nm) in a collinear fashion. (8) Equipped with inputs for external control of flashlamps and Q-switches. (9) The laser pulse timing of the laser system shall be controlled via electrical connections on the laser system unit. (10) Provide equal beam widthsfor each beam of approximately 6 mm to 10 mm in diameter, preferably 10 mm. (11) The laser system shall be equipped for mounting on an optical table with 1/4-20 threaded holes spaced at 1 inch intervals. Performance Specifications: (1) The laser system shall produce two pulsed collinear beams, one at the 2nd harmonic (532 nm) and one at the 3rd (355 nm). (2) Norminal pulse repetition rate of 10 Hz for each beams. (3) The 2nd harmonic (532nm) beam shall have an approximate delivered output power of 750 mJ per 10 ns pulse. (4) The 3rd harmonic (355 nm) beam shall have an approximate delivered output of 400 mJ per 10 ns pulse. (5) The laser system shall be pulsed, resulting in alternating beams of green and ultraviolet light in the same position in space at different times. (6)Provide equal beam widths for each beam of approximately 6 mn to 10 mm in diameter, preferably 10 mn. (7) Compatible with and controlled by TSI PIV pulse synchronizer control system model #610032. Delivery is required within 60 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 specificationsnoting exceptions in exceeding the above criteria, and shall provide descriptive literature and price list for all items; (b) Past Performance (offerors shall submit evidence of having produced and sold comparable units, with indication of performance success); 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 of 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 (b)(1) 52.203-6, Restriction on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), (5) 52.219-8, Utilization of small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concern (Pub L. 103-355, section 7102, and 10 U.S.C. 2323), (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 Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; (17) (i) 52.225-3, Buy American Act-North American Free Trade Agreement Israeli Trade Act Balance of Payment Program; (19) 52.225-15, Sanctioned European Country End Products (E.O. 12849); (22) 52.232-33 Payment 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 05/17/00, 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 05/11/00 (W-SN453877). (0132)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000515\58-0008.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page