SOLICITATION NOTICE
66 -- Solar Simulator
- Notice Date
- 2/19/2014
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB732030-14-01360
- Archive Date
- 3/20/2014
- Point of Contact
- Prateema E. Carvajal, Phone: 301-975-4390, Brian K. Johnson, Phone: 3019758173
- E-Mail Address
-
prateema.carvajal@nist.gov, brian.johnson@nist.gov
(prateema.carvajal@nist.gov, brian.johnson@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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 SHALL 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) 2005-72. 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 both the Contract Specialist (prateema.carvajal@nist.gov) and the Contracting Officer (Brian.Johnson@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. Background Information: The solar simulator instrument will be used to supplement current measurement capabilities at the NIST Engineering Laboratory that will provide electrical performance measurements of single solar cells for solar concentrator measurements. All responsible quoters shall provide a Firm-Fixed Price quotation for the following line item. LINE ITEM 0001: Quantity: 1, Steady-state solar simulator with accessories The offered product shall meet all the following minimum requirements: 1. A steady-state solar simulator with an illuminated field size of 160 mm by 160 mm. 2. A class rating of "A" for spectral match to AM 1.5 Global reference spectrum according to the specifications in ASTM E927-10 or IEC 60904-9 standards. 3. A class rating of "A" for temporal stability according to the specifications in ASTM E927-10 or IEC 60904-9 standards. 4. A class rating of "A" for irradiance uniformity over the entire area of 160 mm by 160 mm according to the specifications in ASTM E927-10 or IEC 60904-9 standards. 5. The light source shall be an ozone-free DC Xenon arc lamp with a 1 kW or more power. 6. A working distance of greater than 200 mm for operation under 1 sun irradiance. 7. The simulator must include one AM 1.5G air mass filter and also one AM0 air mass filter. 8. A shutter shall be included to block the light output as needed both manually and with external control. 9. The illumination field output shall be rotatable, allowing for both downward pointing of the light and also horizontal to one side. Both downward and horizontal output fields should conform to the three class "A" specifications listed in items 2-4. 10. An optics assembly shall be designed and provided as an additional accessory so that high-intensity measurements of up to 10-sun intensity (10 kW/m2) can be performed with the same solar simulator over an area of at least 50 mm by 50 mm. This can be a removable optical unit that attaches to the main output port. 11. A second optics assembly shall be designed and provided as an additional accessory so that high-intensity measurements of up to 100-sun intensity (100 kW/m2) can be performed with the same solar simulator over an area of at least 10 mm by 10 mm. This can also be a removable attachment to the system. 12. For both accessories listed in items 10 and 11, a combined class rating of "ABB" or better is required over their indicated field regions (A for spectral match, B for stability and B for uniformity). 13. Both accessories listed in items 10 and 11 shall be settable to down or horizontal output directions. 14. A set of neutral density filters with a magazine for holding up to 5 filters shall be provided for irradiance level control. Delivery terms shall be FOB Destination. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation will be based on the following criteria: 1) Technical capability factor "meeting or exceeding the requirement" and 2) Price. Award will be made to the lowest price, technically acceptable quote. Technical Capability: Evaluation of Technical Capability will 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. Price: Quoted price shall be evaluated for reasonableness. Quoted price shall be evaluated for reasonableness. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) Inspection will be done at the NIST facility. All minimum specifications must be successfully demonstrated. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest 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: BRIAN JOHNSON, 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 (End of clause) 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 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: 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 (Jul 2010) 52.219-6, Notice of Small Business Set-Aside 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on contracting with Inverted Domestic corporations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Re-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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-1, Buy America Act- 52.225-13 Restriction on Certain Foreign Purchases; 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. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) An original and one (1) copy of the most recent published price list(s); 4) Country of Origin information for the line item. Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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. All quotes shall be received not later than 12:00 PM, EST, on March 5, 2014 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B162, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Prateema Carvajal. Fax quotations shall not be accepted. Email quotations shall be accepted at Prateema.carvajal@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 provided to Prateema Carvajal, 301-975-4390.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB732030-14-01360/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03291275-W 20140221/140219234648-3ddca1814f5a40b50ac0e07e7d4d03ae (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 |