SOLICITATION NOTICE
66 -- Multi Channel Time Correlated Single Photon Counter (TCSPC)
- Notice Date
- 6/25/2020 6:02:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB771030-20-02593
- Response Due
- 7/10/2020 5:00:00 AM
- Archive Date
- 07/11/2020
- Point of Contact
- Prateema E. Carvajal, Phone: 3019754390
- E-Mail Address
-
prateema.carvajal@nist.gov
(prateema.carvajal@nist.gov)
- 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.� THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. Background Information:� A quantum networking testbed has been identified as the major thrust of NIST�s grand challenge in response to the proposed National Quantum Initiative (NQI). Information Technology Laboratory (ITL) is poised to take a leading role (in close collaboration with other labs) in this grand challenge by implementing a quantum network testbed. The goal of the ITL testbed will be to test the performance of components (such as detectors, sources, memories and so on) in a real-life quantum network setting.� The quantum network and network testbed will cover a range of wavelengths but will be optimized for the wavelength suitable for telecommunications for low-loss and long-distance transmission in optical fiber (such as 1310 nm and 1550 nm) and quantum memory wavelengths (895 nm and 780 nm). We are currently building four identical network nodes to form part of the network infrastructure. Each node will receive quantum signals from various quantum sources and because the nodes are physically separated, the timing of the arrival of the quantum signals becomes a critical issue. For this, we need a multiple channel (at least 8) time correlation single photon counter (TCSPC) that can be operated with our existing single photon detectors (SPDs) and our existing few-channel TCSPCs. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Equipment , with a small business size standard of 1,000 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06. This requirement is being competed full and open competition.� All interested offerors may provide a quote. SCHEDULE OF REQUIRED ITEMS:� The Contractor shall provide the following: Line Item 0001:� The Contractor shall provide a quantity of 1 stand-alone time-correlated single photon counter (TCSPC), meeting or exceeding the following minimum specifications: Number of detection channels: ? 8 Trigger edge: Rising or falling (adjustable). Trigger pulse width / required rise or fall time: > 0.4 nS / ? 20 nS. Timing resolution (minimum time bin width): ? 10 pS. Timing precision: ? 45 pS rms. Dead time: 1 GHz for burst durations of > 1 �S. Integration time available: > 50 hrs. Number of time bins available: > 50K Stability: < 10% peak; < 1% rms differential non-linearity. PC OU/interface: Win 10/USB (with LabVIEW compatibility). Output trigger: Yes (?10 nS width; ? 10MHz). Software: Setting measurement parameters, displaying results, loading/saving of measurement parameters and measurement curves. Important measurement data, including count rate, count maximum, position and peak width continuously displayed. New and with the full original manufacturer�s warranty. � Note:� All items must be new.� Used or remanufactured equipment will not be considered for award. Experimental, prototype, or custom items will not be considered.� The use of �gray market� components not authorized for sale in the U.S. by the proposer is not acceptable.�� All line items shall be shipped in the original manufacturer�s packaging and include all original documentation and software, when applicable. Delivery Terms shall be FOB Destination.� Due to the current campus access restrictions at NIST, delivery shall occur at a mutually agreed upon date between the contractor and the NIST technical point of contact (TPOC), but by no later than 12/31/2020.� The contractor shall NOT deliver any items until the delivery date has been agreed upon in writing.� The contractor/delivery service must be approved to access the NIST campus, so the contractor must first receive TPOC confirmation prior to delivering items.� All items shall be delivered to the following address: The National Institute of Standards and Technology���������������������������������������������������������������������������������������������� 100 Bureau Drive, Building 220������������������������������������������������������������������������������������������������ Gaithersburg, MD 20899-1640 ������ � 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. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: � 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items � FAR 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-Commercial Items including subparagraphs: 52.203-19���������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10�������� Reporting Executive compensation and first-Tier Subcontract Awards 52.209-6����������� Protecting the Government�s interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 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 52.222-35 Equal Opportunity Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management � Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, June 30, 2020. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to th solicitation.� Requests shall include complete company name, address, telephone and e-mail address.� FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED.� 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 FR 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:� MONICA BROWN, 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, NW. ������������������������������ Washington, DC 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, NW. ������������������������������ Washington, DC 20230 ������������������������������ FAX: (202) 482-5858. (End of clause) NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier�(see�www.sam.gov�for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. Addendum to Far 52.212-1, Quotation Preparation Instructions: � Price Quotation- The Offeror shall propose a firm-fixed-price for all Line Items. Technical Quotation- All offerors shall provide documentation showing that they are authorized resellers or distributors of the product(s) they are proposing or are the Manufacturer.� Award will not be made to any offeror without the requested documentation.�� All quotations shall clearly comply with the Schedule of Required Items. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation must clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. Technical Capability � An offeror�s failure to quote all of the products/services listed above may be considered indicative of the offerors lack of understanding of the Government�s requirements and may result in the offer being determined unacceptable.� If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. ������������� An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government�s technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award.�� All offerors must be authorized to sell and service the products they are proposing to the Government, by the original manufacturer(OEM) certified engineers or technicians. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussions; however, the Government reserves the right to conduct discussions if it is in the best interest of the Government.��� The Government may award a purchase order on the basis of initial offers received; therefore, each initial quotation shall contain the offeror�s best terms. Due Date and Response Information Offerors capable of providing� the services specified� in this combined synopsis/solicitation should submit their quote in writing to: Prateema Carvajal electronically at prateema.carvajal@nist.gov. FAX quotations shall not be accepted.� Offerors shall submit their quotations so that NIST receives them not later than July 10, 2020, 8:00 am, EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fbe07191463f497c9c711e56c94894da/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN05703566-F 20200627/200625230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |