Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2006 FBO #1717
SOLICITATION NOTICE

66 -- Electronics system for use in a time-of-flight electron energy analyzer

Notice Date
8/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0632
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
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 (FAC) 2005-11.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. However, this requirement is being competed under full and open competition. Therefore, any interested contractor may quote.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) electronics system for use in a time-of-flight electron energy analyzer as defined within.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) system composed of the following components, which shall meet or exceed the listed specifications as defined in the description of each of the following: (A) One amplifier and timing discriminator for use in time-of-flight electron energy analyzer that meets or exceeds the following required specifications: Hardware technical requirements: 1. Input. Signal input of 0 to negative 30 mV (full scale) or 0 to negative 150 mV (full scale) with pulse widths from 250 ps to 5 ns FWHM. 2. Jitter. Timing jitter less than 20 picoseconds. 3. Resolution. Resolution of input pulse of less than 10 ns. 4. Environmental. Operate at temperatures between 0 deg C and 50 deg C (nominal) 5. Logic Type. Output of both fast negative NIM logic level for timing and TTL pulses for monitoring. 6. Front panel adjustment of amplifier gain and pulse threshold voltage that can be monitored via voltage outputs. 7. Power. Must be driven by 110 V/60 Hz or NIM power supply or other vendor supplied power system. No external cooling required. (B) One pulse counter for use in time-of-flight electron energy analyzer that meets or exceeds the specifications listed below. Hardware technical requirements: 1. Logic Type. Capable of counting both fast negative NIM logic level and TTL pulses. 2. Rate. Capable of at least 20MHz input count rate. 3. Count intervals. The interval of time that pulses are counted should be adjustable to range from 0.1 seconds up to at least 1 minute. 3. Display. Digital display of counts on the front panel of the counter capable of displaying 7 digits. The final count at the conclusion of count interval should be displayed for some adjustable length of time, ranging from 0.5 second to at least 10 seconds, before displaying the counts from another count interval. 4. Display dwell time. Must be adjustable from 0.5 seconds to 10 seconds. 5. Controls. Front panel controls to start and stop pulse counting. 6. Power. Must be driven by 110 V/60 Hz or NIM power supply or other vendor supplied power system. No external cooling required. ( C ) One event time analyzer for use in time-of-flight electron energy analyzer that meets or exceeds the specifications listed below: Hardware technical requirements: 1. Logic Type. Use of fast negative NIM logic level. 2. Range. Start and stop pulses with time spans ranging from 100 nanoseconds (nominal) to 150 microseconds (nominal). 3. Bins and Events. Times should be recordable as a histogram of times. The total time span to be separated into 50,000 bins for a histogram of times (or more). 4. Memory. (a) Memory large enough to store the complete 50,000 or more histogram bins with 24-bit resolution or more per bin. (b) Bin widths in time should be constant within the greater of approximately 0.2 picoseconds or approximately 2 percent of the bin width over the range of times. 5. Dead time. Dead time at the end of a time span of 1 microsecond or less. Dead time after each accepted pulse of 50 nanoseconds or less. 6. Jitter. Timing jitter less than 25 picoseconds plus 0.1 part-per-million of Start-to-Stop time interval. 7. Time Accuracy. Absolute time accuracy Start-to-Stop of less than 5 nanoseconds plus 100 ppm of the time interval or less. 8. Rate. Capable of an average measuring rates of about 2 MHz and burst rates of about 20 MHz for 10000 events or more. 9. Input/Output connectors. (a) Input connection for a Fast Negative NIM logic level stop pulse with an input impedance of 50 ohms, dc-coupled. (b) BNC or SMA style connectors for input and output. 10. Reference Time base. A reference clock output, through connectors as specified above. 11. Power, must be driven by 110 V/60 Hz or NIM power supply or other vendor supplied power system. No external cooling required. 12. Environmental. Operate at temperatures between 0 deg C and 50 deg C (nominal) and relative humidity between 10 percent and 70 percent (nominal). 13. Device shall be addressable and control about through control card inserted into and controlled by a personal computer. 14. Control Card. Control card to be supplied and must be compatible with PCI or ISA type computer expansion slot. System software technical requirements: 1. Must be compatible with existing NIST software (This software uses with National Instruments Labview 7.0) for operation of two-photon photoemission spectrophotometer. Software is available upon request to evaluate compatibility. 2. Dynamic link library for writing software that accesses and controls time analyzer. General system requirements: If the system uses power system other than 110 Vac/60Hz, with attached power supply the crate/power supply should be included and meet the following requirements. 1. Can be operated on a flat surface such as a table. 2. No external cooling required. 3. Thermal switches to protect against excessive temperature. ***The Contractor shall state the warranty coverage provided for the instrumentation. *** ***Delivery shall be completed not later than 16 weeks after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: 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 any 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 all items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, & price shall be 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 and past performance shall be of more importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor.*** ***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein.*** Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. *** 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 Offerors 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 Offerors 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: 52.204-7 Central Contractor Registration; 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) 52.222-3, 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1 Buy American Act - Supplies; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of 3 references that lists the references name, contact person, phone number, and e-mail address. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joni L. Laster, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:30 p.m. local time on August 18, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Joni L. Laster) @ joni.laster@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED, HOWEVER, ELECTRONIC SUBMISSION VIA E-MAIL ARE ACCEPTABLE. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01107962-W 20060809/060807220206 (fbodaily.com)
 
Source
FedBizOpps 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.