Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
SOLICITATION NOTICE

66 -- Acousto Optic Modulators/RF Driver System - RFQ

Notice Date
5/31/2012
 
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
SB1341-12-RQ-0370
 
Archive Date
6/29/2012
 
Point of Contact
Micole A. Cheatham, Phone: 3019758335, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
micole.cheatham@nist.gov, andrea.parekh@nist.gov
(micole.cheatham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ CLASSIFICATION CODE: 66 - Laboratory Equipment and Supplies SUBJECT: Acousto Optic Modulators/RF Driver System SOLICITATION NUMBER: SB1341-12-RQ-1714 RESPONSE DATE: Fifteen days after submittal CONTACT POINTS: Micole Cheatham, Contract Specialist, (301) 975-8335 Andrea Parekh, Contracting Officer, (301) 975-6984 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. 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) 2005-59. 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 a 100% small business set-aside. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to micole.cheatham@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) All offerors shall provide a firm-fixed price quotation for the following line items: I. BACKGROUND INFORMATION Three sets of acousto-optic modulator (AOM) systems are required in a number of experiments in Building 221, Room A42 as part of the NIST greenhouse gas initiative. These AOMs and RF drivers will be used for frequency shifting and amplitude modulation of various lasers occurring at wavelengths of 633 nm, 1600 nm and 1650 nm. Three types of AOM/RF driver sets are required, corresponding to these three wavelengths. Specifically, Systems 1, 2 and 3 correspond to AOM/RF sets for 633 nm, 1600 nm, and 1650 nm respectively. We will need three sets of System 1, two sets of System 2 and one set of System 3. All systems will be fiber coupled. II. SCOPE OF WORK KEY FEATURES OF ITEM TO BE ACQUIRED AND NIST MINIMUM SPECIFICATIONS: Each AOM/RF driver system is complete, and includes AOM crystal, housing and RF driving electronics. All systems have variable frequency capabilities (delivered by a voltage-controlled oscillator) as specified below, and amplitude and intensity modulation. Additionally, all systems include a BNC port for monitoring the RF drive frequency. The items in Section II shall include a one (1) year warranty that includes parts, labor and travel expenses. All warranty related repairs and preventive maintenance visits shall be performed at NIST, Gaithersburg, Maryland. Set of 2 CLIN 0001 System 1 Acousto-Optic Modulator Qty = 3 2-port fiber coupled Wavelength of Operation 633 nm Optical Range ~50 nm Max. Optical Power 50 mW Frequency Shift 100.0 MHz Frequency Shift Range  20 MHz Active Aperture ~0.5 mm Extinction Ratio 50 dB Optical Polarization Linear Case Fiber Optically Pigtailed Type of Fiber, Port 1& 2, 4 um core, 125 um cladding single-mode (SM), polarization-maintaining (PM with slow-axis aligned with key, "R-type" key = 2 mm dia) Fiber Connector Type FC Polishing of the Fiber End APC Fiber Length 1 m Total Insertion Loss** 1st. order 3-4 dB CLIN 0002 RF driver Qty = 3 Frequency Modulation Input Frequency range 100 MHz  20 MHz Frequency Control Quartz crystal referenced phase locked loop. Frequency Accuracy 0.015% Output Power optimized for A-O device performance. Set of 2 CLIN 0003 System 2 Acousto-Optic Modulator Qty = 2 2-port fiber coupled, variable frequency AOM Wavelength of Operation 1600 nm Optical Range ~50 nm Max. Optical Power 50 mW Frequency Shift Range  10 MHz Extinction Ratio 50 dB Optical Polarization Linear Case Fiber Optically Pigtailed Type of Fiber, Port 1& 2 4 um core, 125 um cladding single-mode (SM), polarization-maintaining (PM with slow-axis aligned with key, "R-type" key = 2 mm dia) Fiber Connector Type FC Polishing of the Fiber End APC Fiber Length 1 m Total Insertion Loss** 1st. order 3-4 dB CLIN 0004 RF driver 2 Qty = 2 3 modulation inputs: a) RF frequency modulation b) TTL RF amplitude modulation with 50 dB extinction ratio c) analog RF amplitude modulation Frequency modulation range  10 MHz Frequency Modulation Input 0 - 1 V, 50  input impedance Output Power optimized for A-O device performance. Set of 2 CLIN 0005 System 3: Acousto-Optic Modulator 3 Qty = 1 2-port fiber coupled, variable frequency AOM Wavelength of Operation 1650 nm Optical Range ~50 nm Max. Optical Power 50 mW Frequency Shift Range  10 MHz Extinction Ratio 50 dB Optical Polarization Linear Case Fiber Optically Pigtailed Type of Fiber, Port 1& 2 4 um core, 125 um cladding single-mode (SM), polarization-maintaining (PM with slow-axis aligned with key, "R-type" key = 2 mm dia) Fiber Connector Type FC Polishing of the Fiber End APC Fiber Length 1 m Total Insertion Loss** 1st. order 3-4 dB CLIN 0006 RF driver 2 Qty = 1 3 modulation inputs: a) RF frequency modulation b) TTL RF amplitude modulation with 50 dB extinction ratio c) analog RF amplitude modulation Frequency modulation range  10 MHz Frequency Modulation Input 0 - 1 V, 50  (Omega) input impedance Output Power optimized for A-O device performance. III. REQUIRED DELIVERY DATE/PERIOD OF PERFORMANCE The Contractor shall deliver the items in section II of this SOW no later than 6 weeks after award of this requirement. IV. INSPECTION/ACCEPTANCE or PERFORMANCE REQUIREMENTS SUMMARY The Government will inspect/accept the items as follows: The Government will complete its inspection and document the findings no later than 14 days after receipt and installation of all items from the Contractor. Delivery: Delivery shall be FOB DESTINATION, and be completed in accordance with the offeror's commercial schedule. The offeror shall state the commercial delivery schedule. 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 52.204-7 Central Contractor's Registration (CCR); 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice to 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; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-1, Buy American Act - Supplies 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 52.247-34 F.O.B. DESTINATION (NOV 1991) (a) The term "f.o.b. destination," as used in this clause, means -- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: invoice@nist.gov (b)Each invoice or voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice, and cumulative amount invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered. (8)Prompt payment discount terms, if offered. (9)Any other information or documentation required by the contract. (END OF CLAUSE) 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 June 14, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at micole.cheatham@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) 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. 2) 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, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 60 days from the date quotations are due. 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: Factors A and B are the most important factors, and are slightly more important than Factors C. Factors A and B are approximately equal in importance. Non-price Factors A through C, when combined, are approximately equal in importance to evaluated price. Factor A - Technical Approach The Government will evaluate the specifications offered by the vendor to assure that it meets minimum specifications addressed in Part II. Factor B - Price Evaluation The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are reasonable and realistic in rlation to the solicitation requirements. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: ANDREA PAREKH, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) Price Schedule CLIN QTY Description Pricing Line Item 0001: (3) System 1 Acousto-Optic Modulator $ ___________ Line Item 0002: (3) RF Driver $ ___________ Line Item 0003: (2) System 2 Acousto-Optic Modulator $ ___________ Line Item 0004: (2) RF Driver 2 $ ___________ Line Item 0005: (1) System 3 Acousto-Optic Modulator $ ___________ Line Item 0006: (1) RF Driver 3 $ ___________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0370 /listing.html)
 
Place of Performance
Address: Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02762969-W 20120602/120601000213-257c9f3627d9177c09e5b24503077b44 (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.