Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
SOLICITATION NOTICE

66 -- Amplified Mid-Infrared Photodetectors

Notice Date
7/2/2014
 
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
NB646030-14-02424-02676
 
Archive Date
8/1/2014
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 effective June 24, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. LINE ITEMS Responsible quotes shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0001: Quantity two (2) Low Noise Amplified Mid-Infrared Detectors with warranty, in accordance with all requirements herein. LINE ITEM 0002: Quantity two (2) Amplified Mid-Infrared Photodetectors with Variable Gain and Bandwidth with warranty, in accordance with all requirements herein BACKGROUND The National Institute of Standards and Technology (NIST), Material Measurement Laboratory's Chemical Sciences Division has a project involving the development of an optical sensor for 14-C radiocarbon dioxide detection. In order to fully develop this mid-infrared optical sensor, the following instrumentation is needed. REQUIRED SPECIFICATIONS for LINE ITEM 0001: The Contractor shall provide two (2) Low Noise Amplified Mid-Infrared Detectors that meet the following minimum requirements: 1. Shall operate over the entire 2.0 - 5.0 μm wavelength range 2. Detector shall be a mercury cadmium telluride (HgCdTe, or commonly MCT) photoconductive detector 3. Peak response at 4.5 μm ± 1.0 μm 4. Photodetector shall be thermoelectrically cooled 5. Photodetector shall not require cooling liquids of any kind 6. Active area ≥1 mm2 7. Maximum bandwidth of ≥125 kHz 8. Bayonet Neill-Concelman (BNC) connector required for detector output 9. Variable gain from 0 dB to 40 dB 10. Minimum achievable noise-equivalent power (NEP) of ≤5.0×10-11 W/√Hz 11. AC coupled 12. Actual photodiode must be housed inside a sealed detector package which contains all electrical circuitry required for proper detector operation 13. The detector packing must have a 8-32 tapped hole for optical post mounting 14. Power supply, power adaptor (100-120 VAC compatible), and all power cords required for normal operation must be included REQUIRED SPECIFICATIONS for LINE ITEM 0002: The Contractor shall provide two (2) Amplified Mid-Infrared Photodetectors with Variable Gain and Bandwidth that meet the following minimum requirements: 1. Shall operate over the entire 1.0 - 5.8 μm wavelength range 2. Detector shall be an indium arsenide antimonide (InAsSb) photoconductive detector 3. Peak response at 4.5 μm ± 1.0 µm 4. Photodetector shall be thermoelectrically cooled 5. Photodetector must not require cooling liquids of any kind 6. Active area of detector shall have a diameter ≥1 mm 7. Bayonet Neill-Concelman (BNC) connector required for detector output 8. Variable gain from 0 dB to 40 dB 9. Variable bandwidth up to or greater than 1.0 MHz 10. Minimum achievable noise-equivalent power (NEP) of ≤2.0×10-9 W/√Hz 11. AC coupled 12. Actual photodiode must be housed inside a sealed detector package which contains all electrical circuitry required for proper detector operation 13. The detector packing must have a 8-32 tapped hole for optical post mounting 14. Power supply, power adaptor (100-120 VAC compatible), and all power cords required for normal operation must be included WARRANTY The Contractor shall provide a warranty for all four detectors. Each warranty shall be one year in length, at a minimum, and shall include all parts, labor, and workmanship for the detectors. DELIVERY TERMS Detectors shall be delivered to NIST Gaithersburg MD location not later than 6 weeks from the date of award. Delivery terms shall be FOB Destination. 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 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. EVALUATION OF QUOTATIONS The Government will award a purchase order to the responsible quoter who provides the lowest price/technically acceptable quotation. The Government reserves the right to make multiple awards if it is determined to be in the Government's best interest to do so. Technically Acceptable. Technically acceptable means the quoted equipment is new and meets all required specifications. PRICE The price of the lowest price/technically acceptable quotation will be evaluated to determine that the total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, 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: 52.219-28, Post Award Small Business Program Representation 52.219-6, Notice of 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, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; and 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the minimum specifications stated herein. It is the responsibility of the quoter to ensure that all minimum specifications are clearly documented; 3) A description of the proposed warranty 4) This is an Open-Market 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 will 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) 5) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Erik Frycklund, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging or on the subject line of the e-mail submission. Submission must be received by 3:00 p.m. local time on July 17, 2014. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. E-mail quotes will be considered received when they enter into the electronic inbox of Erik Frycklund at erik.frycklund@nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB646030-14-02424-02676/listing.html)
 
Record
SN03413311-W 20140704/140703002436-538bb793e8170c5eb24a80856d40836f (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.