MODIFICATION
66 -- Tunable Offset Phase- Lock Controller with Laser
- Notice Date
- 8/20/2012
- Notice Type
- Modification/Amendment
- 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0552
- Archive Date
- 9/7/2012
- Point of Contact
- Michael Szwed, Phone: 3019756330, Cheryl Rice, Phone: 3019753696
- E-Mail Address
-
michael.szwed@nist.gov, cheryl.rice@nist.gov
(michael.szwed@nist.gov, cheryl.rice@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institute of Standards and Technology (NIST) has a requirement for a Tunable Offset Phase-lock Controller with Laser to be used in the Material Measurement Laboratory Division at NIST, Gaithersburg, MD. NIST requires a phase-locked laser system for high-resolution spectroscopy of CH4 of 14CO2. The system must include a laser, temperature and current controller, and a frequency offset phase-locked servo to lock this laser to a master laser. This system will be utilized in the frequency-stabilized cavity ring-down spectrometer located in Building 221, Room A42 as part of the NIST greenhouse gas initiative. 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. This solicitation is a Request for Quotation Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to michael.szwed@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) The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. All offerors shall provide a quotation for the following line items: Line Item 0001: One Tunable, Offset Phase lock Servo-controller with Laser. Line Item 0001A: Shipping - FOB Destination Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Performance Specification: KEY FEATURES OF ITEM TO BE ACQUIRED FOR THE EQUIPMENT: 1. Laser emission wavelength & frequency (½ frequency of HeNe laser at 473.6126229582 THz)  = 1265.98170516439 nm f = 236.8063114791 THz ± 0.003 THz 2. Laser linewidth: less than 0.1 MHz 3. Mode-hop-free tuning range with current: more than 5 GHz 4. Laser output power (40 mW or more) 5. Fiber-coupling output connector FC/APC 6. DC coupled current modulation input at laser head (bandwidth >10 MHz) 7. Laser temperature and current controller 8. 30 dB optical isolation 9. Offset phase lock servo module with : phase-frequency detector (PFD) to measure phase differences and act as frequency comparator : 0.3 GHz to 10 GHz offset frequency lock range : user-adjustable gain 0 - 50 dB : internal, tunable voltage-controlled oscillator with drift less than 500 ppm/K : proportional, integral, derivative control : internal or externally provided voltage controlled oscillator : external computer control Express Warranty The contractor shall warrant the entire system for a period of at least one year after acceptance of the equipment. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery should be FOB DESTINATION and shall take place not later than 30 days after contract award. SHIPPING: The product will be shipped to the following address: Joseph Hodges 100 Bureau Drive M/S 8320 Gaithersburg, MD 20899-8320 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. Those marked with an asterisk are provided in full text in Attachment 1. 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 (APR 2010)--ALTERNATE II (APR 2010)-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 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 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-1, Buy American Act - Supplies 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer's Authority *1352.209-73 Compliance With The Laws 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 Quotation Venders shall submit their quotations electronically via Federal Business Opportunities thru the FBO Bid Module for this requirement not later than 11:59 a.m. Eastern Time on Thursday, August 23, 2012. FAX quotations shall not be accepted. E-mail quotations shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the FBO Bid Module set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The vender shall propose a firm-fixed-price, preferably FOB Destination, for CLIN 0001 and CLIN 0001A. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The vender shall submit technical information with pricing information. The technical quotation shall address the following: Technical Capability: The vender 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 and include Warranty: terms and conditions. If applicable, evidence that the vender is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The vender shall acknowledge that NIST will not store the equipment onsite before it is installed. 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 terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a vender 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 vender'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 vender whose product meets or exceeds the technical specifications and is the lowest 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 a vender does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: The Government will evaluate price for reasonableness. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assisting the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. 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: Cheryl Rice, 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 Room 5893 Herbert C. Hoover Building 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 Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-08-10 11:31:41">Aug 10, 2012 11:31 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-08-20 12:35:11">Aug 20, 2012 12:35 pm Track Changes See amendment 0002
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0552/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02847004-W 20120822/120820235928-a10776de85edf8b6d0ff1524e5ca995b (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 |