SOLICITATION NOTICE
66 -- 5 mm Extended InGaAs Photodiodes
- Notice Date
- 5/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- SB1341-05-Q-0592
- Response Due
- 5/20/2005
- Archive Date
- 6/4/2005
- 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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all Responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST) has a requirement for four (4) each 5 mm Extended InGaAs Photodiodes in order to extend the NIST spectral responsivity scales to 2,500 nm in the infrared and also to propagate the infrared spectral responsivity scale in an infrared collimator Air Force Project. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity four (4) each 5 mm Extended InGaAs Photodiodes meeting the following required specifications: **Not less than 2.6 micrometer cut-off at room temperature; **No less than 4 stage thermoelectric cooler; **The top (4th stage) cooler surface shall cover the entire detector area to obtain temperature uniformity everywhere in the detector; **Controlled to at least -80 degrees Celsius (or lower) detector operating temperature; **Maximum temperature instability at -80 degrees Celsius shall be not greater than 0.04 degrees Celsius; **Continuous Operation (versus time) shall be required at -80 degrees Celsius with 1 month instability not to exceed 0.08 degrees Celsius; **Sapphire wedge (0.5 degree) window, tilted to be non-parallel to detector surface; **MC31A gas filled package (sealed); **Interference free operation (output signal) when lasers are measured; **Shunt resistance shall be not less than 40 kohms; **Spatial non-uniformity of responsivity shall be less than 1 percent for overall detector; **AR coating shall be required on window. ****DELIVERY SHALL BE FOB DESTINATION and shall be completed in not more than 12 weeks from receipt of order. 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. The Contractor shall deliver to NIST, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001. *****Award shall be made to the Offeror whose quote offers the best value to the Government, technical, past performance, and price considered. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance; and 3) Price. Technical Capability, Past Performance, when combined, shall be more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the documentation or other product literature, which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above. In determining best value, the Government will give strongest consideration will be given to: shunt resistance and spatial uniformity. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number and email address of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Performance and Price shall be evaluated only on quotations determined to be technically acceptable in accordance with the technical capability factor. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ****The following clauses apply to this acquisition: Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 52.212-4, Contract Terms and Conditions?Commercial Items: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (14) 52.212-3 Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004) with Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Two (2) copies of the technical description and/or product literature; 3) Two (2) copies of Past Performance References List; 4) Two (2) copies of the description of commercial warranty; and 5) Two (2) copies of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. ****Submission must be received by 3:00 p.m. local time on May 20, 2005. All questions should be addressed in writing (via email) to the Contract Specialist at Erin.Schwam@nist.gov. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED. QUOTES RECEIVED AFTER THE 3:00 DEADLINE SHALL BE DEEMED LATE AND WILL NOT BE CONSIDERED FOR AWARD.
- Place of Performance
- Address: 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00802261-W 20050508/050506211735 (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 |