SOLICITATION NOTICE
66 -- Toroidal Refocusing Mirror
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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-0411
- Archive Date
- 8/12/2009
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 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) 2005-34.*** ***The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** Background: This is a specification for the fabrication and delivery of one toroidal refocusing mirror for the National Synchrotron Light Source (NSLS) at Brookhaven National Laboratory (BNL). This mirror will be installed downstream of the first end station chamber, which is in turn downstream of the monochromator of NSLS VUV beamline U4A, replacing the existing mirror. The purpose of this replacement is to provide lateral focusing (horizontal and vertical) of the VUV beam emanating from the U4A monochromator exit slit, with a longer focal distance than the present refocusing mirror. The goal is to match the physical dimension requirements of a new 3-D photoelectron microscope end station to be installed at U4A via a Methods and Instrumentation Development Team access agreement between NSLS/BNL and NIST, which is in turn collaboration with Browning Associates, Inc. Specifically, the distance from the center of the refocusing mirror to the focal point will increase from 0.6m to 1.0m. This mirror deflects vertically downward, at a grazing angle of incidence of 4.7 degrees. It resides in a UHV chamber, held by a manipulator that provides adjustment of height, pitch, roll, and with very high precision yaw. ***The following documents form a part of this specification to the extent specified herein: MIL-0-13830A - Optical Components for Fire Control Instruments; General Specification Governing the Manufacture, Assembly, and Inspection of. BNL Report BNL-28073-99/05-REV - Requirements and Guidelines for NSLS Experimental Beam Line Vacuum Systems, by C. Foerster, May 1999. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Toroidal Refocusing Mirror, which shall meet or exceed the following minimum specifications: Operating Conditions: 1. Vacuum Pressure <10-9 Torr (ultra-high vacuum) 2. Temperature 21C nominal, 100C max during system bakeout 3. Wavelength Range 10 eV to 200 eV (UV/VUV/soft x-ray) 4. Operating Position Reflection plane is vertical and coincident with the lateral centerline of the U4A beamline Geometrical Parameters: 1. Spherical mirror blank 113.5 mm x 75.1 mm x 21.6 mm 2. Figure a. Shape Toroidal, bicycle tire type b. Major Radius 16,921 mm c. Minor Radius 132 mm d. Polished Area on Substrate 113.5 mm x 35 mm, centered e. Clear Aperture 103.5 mm x 31 mm, centered 3. Number Required 1 Tolerance: 1. Spherical Mirror Blank a. Major Radius ±100 mm b. Minor Radius ±2.5 mm c. Substrate Dimensions ±1 mm d. Figure Accuracy In the tangential direction, departure from best fit surface slope < 10 µrad RMS over 75mm to 2mm spatial period bandwidth. This is equivalent to a /2 RMS surface at visible wavelengths. e. Surface Micro-Roughness Better than 1 nm (1-) as measured by a surface profilometer anywhere within the clear aperture Materials: 1. Substrate Any ultra-low thermal expansion glass (ULE) 2. Coating Gold, 100nm (±20%) thick, with Cr binder if needed 3. Vacuum Compatibility Requirements a. The mirror must not produce carbon-containing vacuum contaminants at partial pressures above 1x10-12 Torr after normal bake-out procedures in ultra-high vacuum, i.e. at pressures less than 1x10-9 Torr. Details of vacuum out gassing requirements are found in BNL Report BNL-28073-99/05-REV b. No organic or high vapor pressure inorganic materials may be on any part of the mirror after final cleaning prior to installation in the vacuum chamber Additional Deliverables associated with Line Item 0001: 1. The offeror shall provide NIST with evidence that the final machined or polished surface meets the surface requirements as stated above. Verification may take the form of a report from an independent testing laboratory acceptable to NIST or a test at the supplier's premises witnessed by an authorized NIST representative or by any other means acceptable to NIST. A suggested test for figure verification is long-trace, non-contact surface profilometry (e.g. the Long Trace Profiler of P. Takacs, BNL). NIST requires delivery of the raw test data for our own analysis. Delivery must be prior to shipment. 2. The offeror shall provide NIST with evidence that the final polished surface meets the surface finish requirements as stated above. A suggested roughness measurement technique is non-contact surface profilometry (e.g. Micromap, Wyko Corp.) of representative regions of the surface. The method by which the above tests are carried out and the analysis of the data must be approved in consultation with NIST. NIST requires delivery of the raw test data for our own analysis. Delivery must be prior to shipment. 1352.217-102 Government Review, Comment, Acceptance and Approval (JAN 1987): (a) Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 20 calendar days after receipt by the Government, unless another period of time is specified. (b) Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. Inspection and Acceptance Criteria: 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. 3. Overall surface quality of the polished substrate must conform to a 40-20 scratch-dig specification as per MIL-0-13830A. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor's commercial schedule. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations 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, when combined, shall be approximately of equal importance to price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation, as well as that provided by the three technical references. Technical Capability shall be evaluated to determine the Contractor's overall understanding of the work, their ability to successfully design and fabricate the optical cavities required, and the overall feasibility of the proposed methodology. Quotations shall include manufacturer sales literature or other 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 products and services, 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 from other sources, including NIST. Offerors shall provide a list of at least three (3) technical references to whom the same or similar products have been sold. The list of technical references shall include, at a minimum: the name of the reference contact person and the company or organization; and the telephone number and email address of the reference contact person. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-28 Post Award Small Business Program Rerepresentation b. 52.222-3 Convict Labor c. 52.222-19 Child Labor - Cooperation With Authorities And Remedies d. 52.222-21 Prohibition of Segregated Facilities e. 52.222-26 Equal Opportunity f. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g. 52.222-36 Affirmative Action for Workers with Disabilities h. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans i. 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act Alternate I of 52.225-3 j. 52.225-13 Restriction on Certain Foreign Purchases, and k. 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. *** Required Submissions: All vendors shall submit the following: 1. An original and one (1) copy of a quotation which: a. Addresses all of the above items; b. A detailed description of the sequence of steps to be used in the entire fabrication process, from raw material to finished product. 2. An original and one (1) copy of the technical description and/or product literature; 3. The names and contact information for three (3) technical references; 4. Country of Origin information. 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) All quotes shall be received not later than 3:00 PM local time, on July 28, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joshua Holliday. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joshua Holliday) @ joshua.holliday@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 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors 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-mailed quotes are acceptable and shall be addressed to: joshua.holliday@nist.gov. Faxed quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0411/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01873857-W 20090715/090714000222-5d48d36e06128e08d8bca45164edc71d (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 |