SOLICITATION NOTICE
66 -- High-Power, High-Performance Vanadate Laser at 532 nm
- Notice Date
- 3/26/2010
- 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
- SB1341-10-RQ-0177
- Archive Date
- 4/25/2010
- Point of Contact
- Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@nist.gov, todd.hill@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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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-39) 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. *** The National Institute of Standards and Technology is seeking to purchase One (1) High-Power, High-Performance Vanadate Laser at 532 nm. *** Background: The Atomic Physics Division of NIST’s Physics Laboratory undertakes basic research in support of NIST’s missions and priorities. A high-power, high-performance vanadate laser at 532 nm is required for the following projects: 1.The required laser will be a basic component for planned experiments to advance the art of making precise measurements of atomic transitions in engineered atoms, with the goal of studying cold hydrogen-like atoms in ion traps; 2.The required laser is needed for exploring techniques to generate Ryberg states with large angular momentum, thus engineering an ideal system for precision measurements of fundamental constants of particular interest in metrology; 3.The required laser will be a key component in developing a Titanium:Sapphire laser system that will be both high-resolution and tunable over a wide range of wavelengths. Such a single-frequency laser system can be used in conjunction with an optical frequency comb, to enable high-precision absolute frequency measurements in the IR and visible regions. ***All interested Contractors may provide a quote for the following: Line Item 0001: One (1) High-Power, High-Performance Vanadate Laser at 532 nm, which shall meet or exceed the following minimum specifications: This must be a solid-state laser employing a vanadate crystal as gain medium that is pumped by diode lasers to provide high-power, single-mode output at 532 nm with low noise and narrow spectral linewidth. Its intrinsic linewidth (due to spontaneous emission only, excluding pump and environmental noise sources) must be 1 Hz or better. The quality of the laser beam and servo control shall be suitable for precision spectroscopy and laser cooling. I. Laser specifications and requirements: 1.Laser shall produce at least 18 Watts of continuous-wave (CW) power at 532nm (green) wavelength of the laser light. 2.The laser shall be single frequency and mode-hop-free to ensure the lowest possible noise and the longest possible coherence length. Without any wavelength stabilization, the spectral linewidth shall be less than 5 MHz over 50 msec; using PZT wavelength stabilization (see section III), the laser shall be capable of sub-MHz time-averaged linewidth. 3.The optical noise of the laser output shall be less than 0.03% rms measured from 10Hz to 1GHz. 4.Near diffraction-limited output beam quality M2 < 1.1 ; beam diameter shall be between 2.0 to 2.6 mm, measured at a distance of about 0.5 m from the output port, with beam divergence of less than 0.5 mrad. 5.Laser head shall be sealed to prevent dust from entering the cavity, and shall operate properly without alignment or cleaning of optics. 6.To ensure the longevity of the diode bars which pump the vanadate crystal, the pump-diode bar material shall not contain any aluminum in the active area—thus eliminating the main failure mechanism of diode lasers, namely: catastrophic optical damage due to oxidation of aluminum at the diode facet. 7.Replacement pump-diode packs, housed in the power supply, shall be connected to the optical fibers via an SMA type connector, for convenience. It shall not be necessary to feed the fiber in and out of the umbilical cord when changing the diode bars. II. Laser-head Tunability, Control and Monitor Requirements: 1.The power supply shall have at least one type of computer interface (such as RS232 or USB, or both). There shall be adjustment on the power supply to vary the output power of the rated output. 2.The pump diodes and the laser head shall be monitored with separate hour meters. 3.To prolong diode lifetime, the laser shall be able to minimize diode drive current. Moreover, control loop should temperature-dither the pump laser-diode wavelength in order to maximize absorption of the vanadate crystal. 4.The laser shall allow locking to an external reference cavity or atomic resonance for linewidth reduction and precise wavelength adjustment—see section III below for specifications. III. Piezo-electric-actuated (PZT) Wavelength Stabilization: 1.The laser resonator that houses the gain crystal (vanadate) shall have one of its mirrors mounted on PZT actuator so that it will be possible to perform (a) linewidth reduction by locking the laser output wavelength to an external reference cavity or an atomic absorption line, and (b) rapid tuning in applications requiring wavelength agility. 2.The PZT actuator shall allow tuning of the laser wavelength near 532 nm by a range of at least 6.4 GHz. 3.The PZT shall also have a fast response capability with a bandwidth from DC to 20 kHz, to enable cancellation of jitters in the wavelength caused by mechanical/acoustic noise sources. IV. Specification for Physical Dimensions: 1.The size of the laser head shall not exceed 19 in. x 6 in. by 5 in. in order to meet space allocation constraints on the optical table. 2. The power supply shall be mountable in a 19-inch rack, with horizontal dimensions less than 18 inches and a height not exceeding 8 inches. Express Warranty The contractor shall warrant the instrument for a period of at least one year, with unlimited hours. Delivery FOB Destination delivery terms are requested, and shall take place no later than 60 days after receipt of order. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall 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. Clauses 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (MAY 2009)--ALTERNATE II (MAY 2009)—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 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, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Saturday, April 10, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 provided to Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1.Contract number; 2.Description and relevance to solicitation requirements including dollar value; 3.Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4.Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5.Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6.Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately equally important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-71 SERVICE OF PROTESTS (MAR 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 Attn: Mark Langstein, Esquire FAX: (202) 482-5858
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0177/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02104620-W 20100328/100326235722-aa2da6df51c4e0de1e59a9bffb58a849 (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 |