Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2002 FBO #0152
SOLICITATION NOTICE

66 -- ARGON ION LASER

Notice Date
5/1/2002
 
Notice Type
Solicitation Notice
 
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
SB1341-02-Q-0446
 
Response Due
5/7/2002
 
Archive Date
5/22/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, FAR PART 13-SIMPLIFIED ACQUISITION PROCEDURES, AND 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, #SB1341-02-Q-0446, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06, effective April 4, 2002.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) 25- Watt Argon Ion Laser, Coherent Laser Group BRAND NAME -- OR EQUAL (Coherent Model INNOVA SABRE, DBW-25), which will be used at the NIST Ionizing Radiation Division; *****The laser will be used to do resonance ionization mass spectrometry measurements in soil, water and sediment samples to detect low concentrations of cesium, plutonium, and uranium isotopes due to contamination with radioactive materials that might come from nuclear explosions, nuclear material dispersal or radioactive waste*****All interested, responsible business firms may provide a quotation for the following line items: Line Item #0001, 25 Watt Argon Ion Laser, equal to the Coherent brand named above; and Line Item #0002, Trade-in of one (1) INOVA-400 argon ion laser.*****The following salient characteristics and specifications are required and shall be met:*** (a) M2 ? 1.1;*** (b) Long term power stability: ?0.5% in light regulation mode (measured over 8 hours) ?1.0% in current regulation mode;*** (c) Optical Noise: 0.2% RMS in light regulation mode 0.2% RMS in current regulation mode;*** (d) Beam Diameter: 1.9 mm @ 1/e2 points;*** (e) Beam Divergence: ? 0.4 mrad (full angle);*** (f) Beam Pointing Stability: < 5 mrad/ oC angle change < 5 mm/ oC beam offset change;*** (g) Input Power Requirements: 70 Amps/ph, 480 VAC (3 phase). The system shall be capable of operating with a ? 10% fluctuation in input voltage;*** (h) Laser Head Width: cannot exceed 8.00" to allow integration into the experimental configuration;*** (i) Water Cooling/ Heat Exchanger Requirements:** (1) Cooling water for the laser head and power supply shall be provided from a closed loop heat exchanger.** (2) The heat exchanger shall be capable of transferring 60 kW of heat from the laser system secondary cooling water loop to the primary water supply.** (3) The heat exchanger shall regulate the secondary cooling water temperature to ? 1oC. The heat exchanger shall be interfaced with the laser system for power and control and it shall automatically be turned on when the laser is turned on, and shall continue circulating water in the secondary cooling loop for a period of 5 minutes after the laser system is turned off, at which time the heat exchanger will turn itself off.** (4) The heat exchanger shall display the temperature, water flow rate, and resistivity of the secondary cooling water loop on the laser remote control module to allow the operator to monitor critical cooling water parameters.** (5) The heat exchanger shall shut down the laser in the event that water flow drops below allowable levels or cooling water temperature rises above allowable levels or resistivity of secondary cooling water drops below allowable levels;*** (j) Plasma tube shall be made of metal disk bore/ceramic envelope construction providing drop-out free operation and uniform gas distribution within the plasma tube. The ceramic shall consist of one piece and contain no frits, welds or brazes;*** (k) The plasma tube shall have the output coupler sealed directly to the plasma tube to eliminate absorption of plasma UV in the anode window, which results in premature tube failure;*** (l) System shall be supplied with RS-232C interface to allow its use with existing Coherent laboratory computers;*** (m) The plasma tube Brewster window shall be made of hard sealed crystalline quartz to prevent color center formation due to plasma UV degradation which results in premature failure of the plasma tube;*** (n) The laser shall be able to automatically align itself to a lasing condition from a non-lasing condition with no requirement for the user to open the laser cover or align cavity mirrors;*** (o) The laser shall be able to automatically tune to individual laser wavelengths as directed by the operator. When wavelengths are changed, the laser shall automatically recalibrate the power detection photocell to the new wavelength to optimize operation;*** (p) The laser shall be able to automatically realign both cavity mirrors to optimize cavity alignment and achieve maximum output powers;*** (q) The laser shall supply with a remote control module located on the end of a 15 feet cable. Included in this remote module shall be a simultaneous digital display of output power, operating mode (light or current regulation), operating wavelength, transverse mode status, and plasma discharge current level. The remote control module shall also provide latching fault diagnostic displays and all controls necessary to operate and monitor the laser and heat exchanger;*** (r) Remote control module shall contain provision to allow the user to immediately (<1sec), repeatably, and reproducibly switch back and forth between 1 watt multiline output and 25 watt multiline output in both light and current regulation modes. Using RS-232 interface, system shall be capable of switching between 10 different power settings;*** (s) The laser shall have a detector that monitors mode-beat noise and is capable of determining when TEMoo operation of the laser has been achieved;*** (t) The laser shall be provided with an intracavity aperture to allow control of the transverse mode of the laser. This aperture shall be motor-driven and controlled from the remote control module. Operator shall be able to select individual aperture sizes, select TEMoo operation, or select the closed position. If TEMoo operation is selected, the laser shall automatically set the aperture to the size that acquires TEMoo at the highest possible output power. If the closed position is selected, the intracavity beam shall be interrupted and lasing prevented;*** (u) The laser shall have an integral shutter that is located outside of the laser cavity and is capable of blocking the output beam without interrupting lasing. This shutter shall be controlled from the remote module to allow its opening and closing. This shutter shall have the capability of being used with a safety interlock system such that when the door to the laboratory is opened, the shutter will close and block the laser beam;*** (v) Vendor installation at the NIST laboratory shall be included;*** (w) A one-year, on-site warranty on parts and labor shall also be included.*****A description of brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. *****To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristics specified in this RFQ; clearly identify the item by brand name, if any, and make or model number; include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and clearly describe any modifications the quoter plans to make in a product to make it conform to the RFQ requirements.*****Delivery is required within nine (9) weeks or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD.*****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.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability; (B) Past Experience; (C) Past Performance; and (D) Price. Technical factors and Past Performance, when combined, are more important than Price.*****Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly demonstrates that the offered products meet the specifications listed above.*****Evaluation of Past Performance will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-1(b)(10). Past performance will be evaluated to determine overall product quality and service with respect to technical and administrative issues. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable laser systems for the types of applications described herein. Quoters shall provide a list of at least three (3) references, at NIST, Gaithersburg, MD, or other, to whom the same or similar equipment has been provided. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase. The Government will base its evaluation on information obtained from references provided and/or from other sources available to the Government.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the requirement and the ability and willingness to comply with the Government's specifications of need.*****All vendors should provide the following: (A) Quotation including all Line Items and References, signed, and in duplicate; (B) Description and Product Literature, in duplicate; (C) Commercial Price List(s), one copy; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; ***** 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 Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm The clause 52.211-6, Brand Name or Equal, also applies to this acquisition. Copies of above-referenced clauses are available at www.arnet.gov . All interested, responsible vendors should submit quotes to arrive before 3:00 PM, Washington DC time, on MAY 7, 2002, to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (SB1341-02-Q-0446), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Hand-delivery of quotes is discouraged, as heavy security requirements may result in considerable delays. Faxed quotes and/or Email quotes will NOT be accepted.
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00069399-W 20020503/020501213150 (fbodaily.com)
 
Source
FedBizOpps.gov 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.