Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2014 FBO #4513
SOLICITATION NOTICE

66 -- Lithium Niobate electro-optic phase modulators

Notice Date
4/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB688000-14-02091
 
Archive Date
4/23/2014
 
Point of Contact
Jason Wells, Phone: 3034973764, T. Marks, Phone: 3034977763
 
E-Mail Address
jason.wells@nist.gov, tiffany.marks@nist.gov
(jason.wells@nist.gov, tiffany.marks@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, NB688000-14-02091 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 333314, Small business size standard is 500 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001: Lithium Niobate electro-optic phase modulators or equivalent. 3(EA) (vi) Description of requirements for the items to be acquired: This is a brand name or equal requirement. EOspace Model PM-5K4-10-PFA-UV-UL Lithium Niobate electro-optic phase modulators must have 10 Gb/s bandwidth, there must be no internal RF termination, needs external RF connector for termination purposes. Must include RF connectors (2): 2.92 mm or K. Must be capable of >10 GHz 3 dB bandwith and 1550 nm operating wavelength. Must include FC/APC connectors, PM fiber at input and output, slow axis aligned to narrow key. Must have < 3.5 dB insertion loss and <3.3 V maximum modulation port Vpi at 1 GHz. Must include S11 (0.13 to 25 GHz) < -10 10dB. An optical return loss > 50 dB and Ploarization crosstalk < -20 dB is also required. The proposed product(s) must include a minimum one year manufacturer's warranty. (vii) FOB Destination for delivery to NIST, 325 Broadway, Boulder, Colorado 80305. NIST will pay for the shipping cost using the NIST shipping account. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This is a brand name or equal requirement. Offerors proposing to furnish an "equal" product must include product make, model, catalog description or similar information sufficient for the government to evaluate the product against the salient characteristics listed in Para (vi). Offerors shall also submit three examples of orders or contracts performed that are similar in scope including contract numbers and customer point of contacts to establish satisfactory past performance. All offers must include shipping FOB Destination. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the lowest priced, technically acceptable offer. (x) The offeror must have completed their Representations and Certifications which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(12)(ii), b(14)(i), b(27), b(26), b(27), b(28), b(29), b(31), b(38), b(42). (xiii) The following clauses are also applicable to this acquisition: CAR 1352.209-73, CAR 1352.209-74, CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)). The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 11:00 am Mountain Daylight Time, Tuesday, April 8th 2014 and must include the following: Company name, address phone numbers, DUNS number, itemized quote. Quotes shall be delivered via email to Jason.wells@nist.gov. (xvi) Please direct any questions regarding this solicitation to J. Wells at jason.wells@nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-14-02091/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03325282-W 20140403/140401234424-d5f76a91b442a691023523bccbe24c4e (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.