Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8, 2001 PSA #2868
SOLICITATIONS

66 -- RESONANT FREQUENCY DOUBLER CONTINUOUS-WAVE

Notice Date
June 6, 2001
Contracting Office
Department of Commerce, National Institute of Standards and = Technology (NIST), Acquisition and Logistics Division, 100 Bureau = Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, = 20899-3571
ZIP Code
20899-3571
Solicitation Number
SB1341-01-Q-0818
Response Due
June 25, 2001
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax = (301) 975-8884, Email anita.tolliver@nist.gov -- Tamara Grinspon, = Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, Email = tamara.grinspon@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 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 97-25. The associated North American Industrial = Classification System (NAICS) code for this procurement is 334516 with = a small business size standard of 500 employees. However, this = acquisition is unrestricted and all interested parties may submit a = quote. This is a brand name or equal. Brand name or equal = description is intended to be descriptive, but not restrictive and is = to indicate the quality and characteristic of products that will be = considered satisfactory to meet the agency requirement. The National = Institute of Standards & Technology (NIST) intends to obtain a Resonant = Frequency Doubler Continuous-wave (CW). All interested quoters shall = provide a quote for the following line items: Line Item 0001: Quantity = one (1) Coherent Laser Group Model MBD-200 Resonant Frequency Doubler = Continuous-wave (CW) frequency doubler or equivalent with following = minimum mandatory specifications: (1) Greater than 10 % doubling = efficiency from 600 nm to 1000 nm for 1 Watt input; (2) Greater than 7 = % doubling efficiency form 400 nm to 600 nm for 1 Watt input; (3) = Capable of doubling commercial single-mode cw Ti: Sapphire, ring dye, = Ar+, and diode lasers; (4) Non-astigmatic output beam; (5) Continuous = scan range of 30 GHz or greater at 800 nm; (6) Maximum scan rate of 10 = GHz/sec or better; (7) Appropriate optics for matching to the output of = a CW single-mode Coherent Ti:Sapphire laser; (8) Optic sets for = operation from 700 nm to 1000 nm; (9) Doubling crystals covering from = 740 nm to 910 nm. Line Item 0002: Warranty: Minimum of one year = required. (Please state the warranty coverage provided in your quote. = This warranty period shall be no less than a warranty provided to a = commercial customer for the same item). Line Item 0003: Delivery FOB = Destination: 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 any loss of and/or damage to the goods = occurring before receipt of the shipment by the consignee at the = delivery point specified in the purchase order; and pay and bear all = charges to the specified point of delivery. The contractor shall = deliver all line items FOB Destination, to NIST, Building 301, Shipping = and Receiving, Gaithersburg, MD 20899-0001. Delivery shall occur = within 60 days after receipt of the purchase order. The Government = will make award to one contractor. Award will be made to the quoter = whose quote offers the best value to the Government, technical, price, = and other factors considered. The Government will evaluate information = based on the following criteria listed in descending order of = importance: 1) Technical Capability factor " Meeting or Exceeding the = Requirement," and 2) Past Performance. Evaluation of Technical = Capability will be based on the information provided in the quotation. = Quoters shall include the manufacturer or brand name, make and model of = the products, manufacturer sales literature or other product literature = which addresses all salient characteristics, which clearly document = that the offered products meet or exceed the specifications stated = above and meet the needs of the Government in essentially the same = manner as the brand name. Evaluation of Past Performance will be based = on the references provided IAW FAR 52.212-1(b)(10). Quoters shall = provide a list of at least two (2) references confirming the use of the = holder. The list of references shall include, at a minimum: The name of = the reference contact person and the company or organization; the = telephone number of the reference contact person; the contract or grant = number; the amount of the contract and the address and the telephone = number of the Contracting Officer if applicable; and the date of = delivery or the date services were completed. Technical and Past = Performance, when combined, are significantly more important than = price. The provision at 52.212-1, Instructions to Offerors-Commercial = Items applies to this acquisition. The clause at 52.212-4, Contract = Terms and Conditions-Commercial Items applies to this acquisition. The = clause at 52.212-5, Contract Terms and Conditions applies to this = acquisition, including subparagraphs: (11) 52.222-21, Prohibition of = Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) = 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the = Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with = Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans = and Veterans of the Vietnam Era; (16) 52.222-19 Child Labor -- = Cooperation With Authorities And Remedies; (19)(i) 52.225-3, Buy = American Act-North American Free Trade Agreement-Israeli Trade = Act-Balance of Payments Program; (22) 52.225-15, Sanctioned European = Union Country End Products; (23) 52.232-33, Payment by Electronic Funds = Transfer-Central Contractor Registration; 52.211-6 Brand Name or Equal; = and Department of Commerce Agency-Level Protest Procedures Level Above = the Contracting Officer, which can be downloaded at = www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the = following: 1) Two (2) copies of a quotation which addresses Line Items = 0001, 0002, and 0003; 2) Technical description and/or product = literature; 3) Description of commercial warranty; 4) Two (2) copies of = the most recent published price list(s); 5) A completed copy of the = provision at 52.212-3, Offeror Representations and = Certifications-Commercial Items which may be downloaded at = www.arnet.gov/far; and 6) Software licenses, if applicable to this = requirement. All offers should be sent to the National Institute of = Standards and Technology, Acquisition and Logistics Division, Attn: = Anita Tolliver, Building 301, Room B129, 100 Bureau Drive, Stop 3571, = Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. = local time on June 25, 2001. Faxed offers will not be accepted. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-01-Q-0818/listing.html=)
Record
Loren Data Corp. 20010608/66SOL016.HTM (D-157 SN50O0V6)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on June 6, 2001 by Loren Data Corp. -- info@ld.com