SOLICITATION NOTICE
66 -- Cesium Frequency Standard
- Notice Date
- 7/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0356
- Response Due
- 8/7/2007
- Archive Date
- 8/22/2007
- 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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-17. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a Cesium Frequency Standard to be used in the Atomic Physics Division at NIST, Gaithersburg, MD. *** Line Item 0001: One (1) Each, Cesium Frequency Standard BACKGROUND A cesium standard shall be used as a local primary frequency standard, which realizes the unit of time (the second) as defined in the International System of Units (SI). It employs a low-noise oscillator which is locked to a specific atomic transition in cesium, providing radio-frequency (RF) sinusoidal outputs and 1 pulse-per-second (PPS) outputs with very high stability and accuracy?traceable to NIST. It shall be completely automated for attaining an accuracy of plus/minus 2.0 parts in 10 exponent 13 without any adjustment or alignment, within 30 minutes of power up. The Contractor shall meet or exceed the following technical specifications: I. Accuracy and stability: 1. The cesium frequency standard must attain an accuracy of 2.0 parts in 10 exponent 13 (or better) within 30 minutes of power up, without any adjustment or alignment. 2. The frequency stability as measured by the Allan Deviation must be less than or equal to the following: Averaging Times; Allan Deviation 0.01; 7.5x10 exponent minus 11 0.1; 1.2x10 exponent minus 11 1; 5.0x10 exponent minus 12 10; 3.5x10 exponent minus 12 100; 8.5x10 exponent minus 13 1,000; 2.7x10 exponent minus 13 10,000; 8.5x10 exponent minus 14 100,000; 2.7x10 exponent minus 14 5 days; 1.0x10 exponent minus 14 30 days; 1.0x10 exponent minus 14 Guaranteed flicker floor; 1.0x10 exponent minus 14 3. Flicker Floor value of .LE. 1.0x10 exponent minus 14 must be guaranteed for averaging times of 5 days and beyond. Typical Flicker Floor value of .LE. 5.0x10 exponent minus 15 is desirable. 4. Single Side-band (SSB) Phase noise must be less than or equal to the following: Offset from carrier (Hz); SSB Phase Noise dBc/Hz for 10MHz output for 5MHz output 1; minus 100; minus 106 10; minus 130; minus 136 100; minus 145; minus 151 1,000; minus 150; minus 156 10,000; minus 154; minus 160 100,000; minus 154; minus 160 5. Frequency reproducibility after interruption of operation: plus/minus 1.0x10 exponent minus 13 6. Microprocessor-controlled servo loops must stabilize the cesium standard against changes in the environment (such as temperature, humidity, magnetic field), such that the frequency changes by less than plus/minus 8.0x10 exponent negative 14 in unstable environments. 7. The cesium beam tube must not change by more than plus/minus 5.0x10 exponent minus 14 for the life of the cesium beam tube after a warm-up of two months or longer. 8. Guaranteed reliability and traceability to NIST is required. (See section V.) II. Signal outputs and Electronic/Electrical Requirements: 1. Two radio-frequency (RF) output ports provide sinusoidal signals with the following specifications: ? The frequency of the RF signal for each port shall be set to either 5MHz or 10MHz via the front panel or remote control ? Amplitudes into 50 ohms must be greater than 1 Vrms ? The load impedance shall be 50 ohms ? The isolation between ports must be 110 dB or greater ? Harmonic distortions shall be minus 40dBc or smaller ? Non-harmonic distortions shall be minus 80dBc or smaller 2. Two additional sinusoidal outputs shall be provided at two BNC ports with the following specifications: ? Frequency: 100 kHz and 1 MHz ? Amplitude into 50 ohms load must be greater than 1 Vrms ? The load impedance shall be 50 ohms ? Harmonic distortions .LE. 40 dBc 3. Timing outputs/inputs on the front and rear panels in 1 pulse-per-second (PPS) format: ? Pulse height: .GE. 2.4 V into 50 ohms (TTL compatible) ? Pulse width 20 microseconds ? rise time .LE. 5 ns (slew rate greater than 1.0x10 exponent 9 V/s at 1.5 V) ? Jitter .LE. 1ns (rms) ? BNC type connector ? Load impedance: 50 ohms ? Automatic synchronization to within 50 ns of reference pulses 4. Two Sync Inputs in 1 PPS format, one on the front panel and another on the rear panel, which can be independently armed: ? Pulse height: plus 2 V to plus 10 V ? Pulse width: 100 ns (min.) to 100 microsecond (max.) ? Rise time: .LE. 50 ns ? Jitter .LE. 1 ns (rms) ? BNC type connector ? Load impedance: 50 ohms ? Manual synchronization range: minus 0.5 ns to plus 0.5 s with 50 ns resolution 5. Output frequencies shall be offset by as much as 1 part in 10 exponent 9 in steps of approximately less than 7 parts in 10 exponent 15. The offset frequency must also meet all stability, accuracy and output specifications. III. Complete Automation and Monitoring for Turn-key Operation: 1. The start-up sequence shall not involve manual steps, with a typical warm-up time of approximately 30 minutes. 2. Menu-driven front panel controls and displays to allow selections and status interrogations. 3. All instrumental parameters and functions must also be accessible programmatically for complete remote control and monitoring. 4. A dedicated RS-232C port must be provided for communication via the standard commands for programmable instruments (SCPI language). IV. Other features and Environmental requirements: 1. Weight: less than 35 kilograms 2. Rack-mountable (shall be in a standard rack) 3. Dimensions: ? Height: less than 7 inches ? Width, depth: must fit standard rack (17 inches wide) 4. Power requirements: ? AC 110, 120 VAC plus/minus 10 percent ? Nominal input power: 100 W during warm-up, 60 W in normal operation ? Internal standby battery with 45 minutes capacity (full charge) ? AC power shall be used in preference to DC power 5. Operating environmental conditions: ? Temperature: 0 C to 55 C ? Humidity: 0 percent to 95 percent 6. EMI: conducted and radiated emissions per CISPR 22/ Class A; CISPR 11, Group 1, Class A. 7. EMC: per MIL-STD-461C, part 7, Class B dc magnetic field up to 7.8 Gauss 8. Shock and Vibration: MIL-T-28800D, Type III, Class 5 V. Reliability and Warranty: 1. Mean Time Between Failures (MTBF: greater than 160,000 hours. 2. Warranty period of at least 1 year shall be included for the electronics. 3. Warranty period of 5 years (or longer) shall be included for the high-performance cesium beam tube which meets the minimum specifications for accuracy and stability stated in Section I (Accuracy & Stability). ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to Price. Award shall be made on a best value basis. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****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 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 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 Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar frequency standards. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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: 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:30:00 PM local time, on August 7, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: UNITED STATES
- Zip Code: 20899-0001
- Record
- SN01349251-W 20070725/070723220336 (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 |