SOLICITATION NOTICE
66 -- SPECIALTY CO2 LASER
- Notice Date
- 2/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- 02-841-6096
- Response Due
- 2/28/2002
- Archive Date
- 3/15/2002
- Point of Contact
- Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
- E-Mail Address
-
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-, 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, #02-841-6096, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03, effective December 27, 2001.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) CO2 Laser, Coherent Laser Group BRAND NAME -- OR EQUAL (Model GEM Select 100, Version III), which will be used at the NIST Electron and Optical Physics Division to perform experiments on trapping single atoms.*****All interested, responsible business firms shall provide a quotation for the following line item: Line Item #0001: Quantity of one (1) CO2 Laser equal to the Coherent brand named above.*****The following salient characteristics and specifications are required and shall be met: 1) Intensity noise: DeltaI/I less than or equal to 5x10^(-7) per root Hz; 2) Output power: 100W; 3) Single frequency operation, with cavity PZT tuning; 4) Mode quality: TEM00; 5) Type of excitation: RF waveguide; 6) Construction: fully sealed laser tube; 7) Compact construction, with high output power to volume ratio; 8) Wavelength: 10.6 um; 9) Beam diameter: 1.7 mm; 10) Beam divergence: 8.3 mrad; 11) Polarization: fixed, linear; 12) Warranty: one (1) year, unlimited usage.*****A description of brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristics specified in this RFQ; clearly identify the item by brand name, if any and make or model number; include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and clearly describe any modifications the quoter plans to make in a product to make it conform to the RFQ requirements.*****Delivery is required within eleven weeks or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications; (B) Past Performance/Experience; and (C) Price. (A) and (B), when combined, are more important than (C).*****Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly documents that the offered products meet or exceed the specifications listed above.***Evaluation of Past Performance/Experience will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-1(b)(10). For Past Performance, the Government will evaluate how well a Contractor has performed on previous contracts/orders. For Past Experience, the Government will evaluate how many times a Contractor has performed on contracts/orders that are similar and relevant to this acquisition. Quoters shall provide a list of at least three (3) references, to whom Relevant, Same and/or Similar products have been sold. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****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.*****All vendors should provide the following: (A) Quotation including all Line Items, plus References, signed, and in duplicate; (B) Description and Product Literature, in duplicate; (C) Warranty Information, in duplicate; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** 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 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; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (19)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (24) 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 at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm The clause 52.211-6, Brand Name or Equal, applies to this acquisition. All interested, responsible small businesses should submit quotes, by 3:00 PM, Washington DC time, on FEBRUARY 28, 2002, to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (02-841-6096), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.
- Place of Performance
- Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
- Record
- SN00027177-W 20020217/020215213040 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |