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