Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

66 -- AQV Fusion Splicer

Notice Date
8/28/2014
 
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
SB1341-14-RQ-0634
 
Archive Date
9/20/2014
 
Point of Contact
Sylveita Garice Jones, Phone: 3019756174, Robert J. Singman, Phone: 3019756388
 
E-Mail Address
sylveita.jones@nist.gov, robert.singman@nist.gov
(sylveita.jones@nist.gov, robert.singman@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A SIMPLIFIED ACQUISITION ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 -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) 2005-76. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Sylveita Jones. Questions should be received no later than 3 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 334516. This acquisition is for full and open competition. All offerors shall provide a proposal for the following line items: 001 TAS 13x4650 LDC-400-A Large diameter cleaver, with Angle Cleave option 002 LDC-MBS Large Diameter Cleaver Micrometer Backstop 003 LDC-15-0000 Size 000-0400 (flat)-Fiber Holding Block Top Insert (Set of 2) **For use as top left and right inserts in the LDC-400 cleaver 004 FHB-68-250 Size 250-Fiber Holding Block Bottom Insert (1 pc)**For use as top inserts in the LDC-400 cleaver 005 FHB-68-160 Size 160-Fiber Holding Block Bottom Insert (1 pc) **For use as bottom right insert in the LDC-400 cleaver 006 FHB-68-125 Size 125-Fiber Holding Block Bottom Insert (1 pc) **For use as bottom right insert in the LDC-400 cleaver 007 LFS-4100-PM Filament Fusion Splicer with PM capability 008 PC-3 Ultrasonic fiber cleaner with foot-switch control 009 F35-2010-N12-42-V1-I GPX/LFS Iridium Filament Assembly (for up to 200um fiber diameter) STATEMENT OF WORK: BACKGROUND: In the Optical Frequency Measurements group, we build fiber optic systems using commercial and specialty optical fibers with diverse applications, including comparisons of optical atomic clocks, trace gas detection, the generation of low-phase noise microwaves, and the calibration of astronomical spectrographs. Some examples of the systems we build are erbium, ytterbium, and thulium fiber optical amplifiers, nonlinear fiber modules constructed with solid-core, photonic crystal, and soft-glass fibers. PURPOSE: NIST has begun constructing fiber optic devices using polarization-maintaining optical fibers, soft glass ZBLAN/chalcogenide fibers in the laboratory. Effectively using these fibers requires a fusion splicer capable of aligning these fibers and splicing them, and we are purchasing fusion splicer to enable this work. DELIVERABLES: • Fusion splicer • A large-diameter fiber cleaver, with angled cleave option • Micrometer backstop option • Iridium Filament Assembly • Fiber Holding Block Top Insert TECHNICAL SPECIFICATIONS: The contractor shall provide a fiber fusion splicer with several advanced capabilities: Specifications for single-mode splices: 1.) A fusion splicer capable of fusing optical fibers with cladding diameter between 80 um and 1250 micrometers. 2.) Typical splice loss for single mode fiber (ITU-T G.652) must be less than 0.03 dB. 3.) Splicer must have loss estimation algorithm. 4.) Splicer must be capable of both side-view and end-view of the fibers for alignment. 5.) Manufacturer shall be able to provide splice recipes for creating mode field adapters, hole collapsing photonic crystal fibers, and thermally expanding the core of high numerical aperture single-mode fibers. 6.) A fusion splicer capable of splicing optical fibers made of soft glasses such as ZBLAN and chalcogenides. These glasses have very low melting points, and we require a fusion splicer capable of precisely heating fibers to 600 °C. The fusion splicer must have a mode or accessory which allows splicing these fibers to like fibers as well as to silica based fibers. Polarization maintaining fiber capabilities: 7.) A "PM" splicer capable of determining the polarization axis of polarization-maintaining optical fibers with complex structures, such as octagonal double-clad fibers with PANDA stress members. After determining the polarization axis of each of two fibers, the splicer must be able to rotate each fiber independently and automatically align the fibers to match polarization axes. 8.) Splicer must be able to rotate each fiber with angular step size of 0.02°. 9.) Polarization cross talk for PM spliced PANDA fibers must be > 35 dB. Other requirements: 10.) The splicer must have a microcomputer controller and LCD or equivalent display for viewing fibers during splice process. 11.) The splicer must be powered using 120 VAC 60 Hz. 12.) The splicer must function at altitudes of up to 2000 meters above sea level. Fiber cleaver capabilities: 13.) A fiber cleaver capable of cleaving 125 micron single-mode fiber such that the cleave angle is < 0.05 degree in 90% of cleave attempts. 14.) The cleaver shall be able to receive fibers from the splicer mounted in a transfer block. 15.) The cleaver shall have a mechanical backstop for creating clean cleaves of photonic crystal fibers. 16.) The cleaver shall be capable of producing angled cleaves, with the cleave angle selectable between 0 and 15 degrees. TECHNICAL CONSIDERATIONS It is of the utmost importance that the splicer be able to splice soft glasses such as ZBLAN and chalcogenides. This requires precision control of the fusion splice at low temperatures (approx. 1000 C). It is also very important that the cleaver provided with the splicer produce flat cleaves (facet-cladding angle less than 0.05 degrees) very nearly every time it is used (> 90 % of cleaves). WARRANTY: Manufacturer standard warranty applies DELIVERY: Delivery shall be FOB Destination and shall take place within 6 weeks ARO. INSPECTION AND ACCEPTANCE: The splicer and cleaver must perform as specified by the manufacturer. Performance will be verified by performing splices and comparing to in-house capabilities and the specifications. Minimum Requirements: The acquired product shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. 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 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2014) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer- (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) Clauses: 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 (NOV 2013) 52.204-10 Reporting Executive Compensation and First Tier Contract awards 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business set-aside. 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy 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. 52.239-1, Privacy or security Safeguards FAR 52.204-7 (September 2012) System for Award Management Registration. 52.232-40 -- Providing Accelerated Payment to Small Business Subcontractors CAR CLAUSES FULL TEXT CAN BE ACCESSED AT: http://farsite.hill.af.mil/VFCARA.HTM 1352.201-70 Contracting Officer's Authority. 1352.209-73 Compliance with the laws. 1352.239-70 Software License Addendum 1352.239-71Electronic and Information Technology 1352.239-72 Security Requirements for Information Technology Resources NIST Local Clause_04 Billing Instruction: (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to 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. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (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 Friday, September 5, 2014. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Sylveita.Jones@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. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Sylveita Jones, Room 428, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Sylveita Jones, Contract Specialist on 301-975-6174-. Addendum to FAR 52.212-1, Quotation Preparation Instructions Quote Instructions: 1)Price Quotation: The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The technical quotation shall address the following: 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. QUOTATION EVALUATION: Evaluation Factors Basis for Award shall be technically acceptable/ lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. 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 an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Technical capability must meet or exceed the Government's performance specifications. 2. Price will be evaluated for reasonableness. 3. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 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: ROBERT SINGMAN, 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0634/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN03486418-W 20140830/140829022843-5038d5e0986ec64869dd3b137d51655a (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.