Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

66 -- Lock-in Amplifiers

Notice Date
8/18/2009
 
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-0428
 
Archive Date
9/16/2009
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@nist.gov)
 
Small Business Set-Aside
N/A
 
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 2005-36, effective August 11, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. Full and open competition shall be utilized. The Center for Nanoscale Science and Technology (CNST) at the National Institute of Standards and Technology (NIST) exemplifies NIST's core mission to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology in ways that enhance economic security and improve the quality of life. The CNST endeavors to provide science and industry with the necessary measurement methods, standards, and technology to facilitate the development and productive use of nanotechnology from discovery to production. The CNST is specifically dedicated to developing the measurement methods and tools needed to enable nanotechnology. It is organized to serve as an agile, multidisciplinary, problem oriented research organization dedicated to partnering with interested parties from industry, academia, and government to achieve common goals. At its core is a multidisciplinary research program composed largely of postdoctoral scientists led by a smaller cadre of established scientists. The large number of postdoctoral fellows allows the Center to be agile and continuously adjust its program directions based on the needs of the field. By offering collaborative opportunities, the research program also offers access to nanoscale measurement and fabrication capabilities not elsewhere available. The CNST also offers access to the CNST NanoFab, operated by professionals dedicated to serving users and offering access to state-of-the-art tools within an economical cost-sharing model. With a strong dedication to providing a rigorous and stimulating intellectual environment, the CNST seeks to be a place of learning for its industrial, academic and government partners from summer undergraduate interns to senior investigators. The CNST has a need for precision lock-in amplifiers (LA). The LA shall be used in cryogenic experiments at 10mK temperatures. All responsible quoters shall provide a quotation for all of the following line items. LINE ITEM 0001: Quantity four (4) each precision LA meeting all of the following required specifications: 1. Must have a separate pure analog remote input unit that is connected to a stand-alone main console using a fiber optic link (optical coupling only). The fiber optic cable must be equal or greater than sixteen (16) feet; 2. Must be a dual phase unit which can operate in single-ended or differential voltage mode; 3. Must have a frequency range of 0.5 to 150 kHz; 4. Must have full-scale sensitivity from 2nV to 1V; 5. The voltage noise must be equal to or less than 5nV/root Hz at 1kHz; 6. Must have a field effect transistor input with 10Mohm impedance and bipolar input with 10kohm impedance; 7. Must have an ADC sampling rate of 1MHz or higher; 8. Must have a maximum dynamic reserve that is greater than or equal to 100 dB; 9. Must have a mode that allows the measurement of two (2) harmonics of the reference frequency simultaneously; 10. Must have a mode to measure two (2) signals at different frequencies simultaneously; 11. The oscillator must have a resolution of 1mHz or less and a voltage range of 1mV to 5V with a setting resolution of 1mV or less; 12. The main console must have a spectral display capability in the main unit to display the power spectrum of the input signal; 13. Must have USB, RS232 and Ethernet computer interfaces; and 14. Must have four (4) auxiliary ADC inputs and four (4) DAC outputs. LINE ITEM 0002: WARRANTY. The contractor shall provide, at a minimum, a one (1) year warranty for all equipment. Warranty shall include, at a minimum, all parts and labor. DELIVERY Delivery must be completed no later than three (3) months after receipt of order. All line items shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of the equipment. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that the proposed equipment meets all required specifications. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. An original and one (1) copy of a price quotation with FOB Destination pricing for all line items; 2. Two (2) copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product, addresses all required specifications and clearly documents that the offered product meets the required specifications herein; 3. Length of warranty and warranty terms for equipment; 4. Country of origin for Line Item 0001; 5. Confirmation that delivery will be completed no later than three (3) months after receipt of a Purchase Order; 6. 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. 7. In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be E-mailed to Charles Koehler at charles.koehler@nist.gov in PDF format. Faxed, couriered, mailed and verbal quotations shall not be accepted. Submissions must be received no later than 12:00 PM ET on September 1, 2009. PROVISIONS AND CLAUSES 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; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.222-3, 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; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate I; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0428/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01916415-W 20090820/090819001015-4ec77f3e3c093e039e79214351799266 (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.