SOLICITATION NOTICE
66 -- Tunable Laser Trio
- Notice Date
- 5/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0189
- Archive Date
- 6/2/2009
- Point of Contact
- Joni L Laster,, Phone: 301-975-8397, Carol A. Wood,, Phone: 301-975-8172
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@nist.gov
- Small Business Set-Aside
- Total Small Business
- 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. In accordance with the non-manufacturer rule, the manufacturer and distributor of these supplies must be a small business in accordance with the NAICS code identified. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semi-finished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) Set of three (3) tunable lasers meeting the following required minimum specifications: (1) Laser #1 must be continuously tunable by means of a piezoelectric actuator over a range of 10 GHz. There may be no gaps in tunability over this range. This tuning ability must be in the form of an electronic input (software tuning alone, or control from a knob, is not adequate). The bandwidth of this control must be at least 20 kHz; (2) The frequency of laser #1 must be centered at the optical frequency 192116 GHz (plus or minus 3 GHz), equivalent to a (vacuum) wavelength 1560.479 nm; (3) Laser #2 and laser #3 must be continuously tunable by means of a piezoelectric actuator over a range of 20 GHz. There may be no gaps in tunability over this range. This tuning ability must be in the form of an electronic input (software tuning alone, or control from a knob, is not adequate). The bandwidth of this control must be at least 20 kHz; (4) The frequency of laser #2 must be centered at the optical frequency 192123 GHz (plus or minus 3 GHz), equivalent to a (vacuum) wavelength 1560.419 nm; (5) The frequency of laser #3 must be centered at the optical frequency 192109 GHz (plus or minus 3 GHz), equivalent to a (vacuum) wavelength 1560.533 nm; (6) The laser line widths must be 1 kHz or below; (7) Each laser must have an optical power output of at least 20 mW ; (8) The laser output must be linearly polarized and provided by a single-mode, polarization-maintaining fiber. The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. The Contractor shall state the warranty coverage provided for the equipment. Delivery shall be completed not later than eight (8) weeks after receipt of an order and 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 line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability Evaluation of Technical Capability shall be based on the information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets or exceeds all required specifications. 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-6, Notice of Total Small Business Set-Aside 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE I 52.225-13 Restriction on Certain Foreign Purchases; 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 all line items ; 2) An original and one (1) copy of the technical description and/or product literature that shows the technical capability of the proposed product to meet or exceed the minimum specifications ; 3) Description of commercial warranty and 4) An original and one (1) copy of the most recent published price list(s). 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 3:00 PM local time, on May 18, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. 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. E-mail quotes ARE acceptable, however, fax quotes will NOT be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80046ff0348f81a91cd92738a0f2d34d&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01808613-W 20090506/090504221220-80046ff0348f81a91cd92738a0f2d34d (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 |