Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2002 FBO #0236
SOLICITATION NOTICE

66 -- SHORT PULSE LASER SYSTEM

Notice Date
7/24/2002
 
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
02-811-5957
 
Response Due
8/8/2002
 
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, #02-811-5957, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. However, this acquisition is unrestricted.***** The National Institute of Standards and Technology (NIST) has a requirement for one (1) short Pulse Laser System. The laser system will be used by the Electricity Division to develop time-domain and frequency-domain methods for characterizing the electrical response of high-speed samplers, develop methods of measuring timing jitter in electronic systems, and develop fast transition reference pulse generators.*****All interested, responsible firms should provide a quotation for the following line item: Line Item #0001: Quantity of one (1) Short Pulse Laser System. The following specifications shall all be met: (1) passively mode locked; (2) all solid state optical components; (3) wavelength, nominal: 780 nm or 1060 nm (wavelength tunability is not required); (4) pulse width, full width at half maximum: < 200 fs @ center wavelength; (5) repetition rate, r: 10?n MHz ? <=10-5 r, n = 5 or 8 or 10; (6) output power: > 200 mW; (7) polarization: linear, > 100:1 horizontal to vertical; (8) beam divergence: < 2.0 mrad; (9) amplitude noise: < 1 % rms; (10) cooling: air; (11) input power requirements: 110 VAC nominal at 60 Hz nominal; (12) operating temperature range: 15 degrees C to 35 degrees C; (13) cavity length stabilization (must include stabilization electronics and optics), frequency adjustability: r ? >=15 kHz, settling time: <= 1 ms, timing jitter: <= 0.5 ps rms; (14) laser system must be commercial, off-the-shelf or catalog item.*****The system shall include a one (1) year warranty on laser diodes, mechanical, electrical/electronic components, and ninety (90) days for optical (except for laser diodes).*****Delivery is required within sixty (60) days 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; (C) Experience; and (D) Price. (A), (B) and (C), when combined, are more important than (D).*****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 and Past Experience will be evaluated as follows: 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 specification 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.*****Vendors should provide the following: (A) Signed Quotation-original plus one copy-including all Line Items, plus References; (B) Description and Product Literature-two originals; (C) Warranty Information-original plus one copy; (D) Commercial Price List-two copies-containing product(s) being proposed; and 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (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 . Copies of above-referenced clauses are available at www.arnet.gov/far/ . *****All interested, responsible businesses should submit quotes to arrive on or before 3:00 PM, Washington DC time, AUGUST 8, 2002, to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (02-811-5957), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. NOTE: Due to increased security at NIST, hand delivery of quotation packages is discouraged, as long delays may be experienced. It is the responsibility of vendors to ensure that quotation packages are in the Contracts Office at or prior to the time/date stated above. Late quotes cannot be accepted. Thus, delivery of quotation packages by mail courier service (e.g. Federal Express, UPS, etc.) is recommended. FAXED OR EMAILED QUOTES WILL NOT BE AC
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00124141-W 20020726/020724213211 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.