Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

66 -- KIW Solar/UV Simulator with Divergent Bean Capability

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
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
SB1341-04-Q-0893
 
Response Due
9/9/2004
 
Archive Date
9/24/2004
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@nist.gov
 
Description
SUBJECT: KW Solar/UV Simulator with Divergent Beam Capability This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being conducted on an unrestricted competitive basis. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. This announcement constitutes the ONLY solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-04-Q-0863; the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 01-24. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 333314, and the size standard is 500 employees. The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, KW Solar/UV Simulator with Divergent Beam Capability; Quantity: 1; Unit of Measure, Each. MINIMUM REQUIREMENTS CLIN 0001: KW SOLAR/UV SIMULATOR WITH DIVERGENT BEAM CAPABILITY (1) Instrument Type: 1 KW Solar\UV Solar Simulator with Diverging Beam Capability (2) Lamp Type: Xenon Arc with highly regulated (stable) digital power supply whose specifications are as follows: (a) Output of power supply must change by less that 0.03 % with large swings in the line voltage. (b) Light ripple - < 1 % rms (c) Line regulation - 0.01 % (d) % voltage ripple - <0.1 % rms (e) Meter accuracy ? 0.05 % (f) Digital meter resolution (voltage) ? 0.1 VDC (g) Digital meter resolution (power) ? 1 W (h) Digital meter resolution (current) ? 0.1 A (i) Operating Temperature ? (0 to 45) degrees C (3) Instrument must also be capable of using an enhanced UV solar source [i.e., (210 to 400) nm]. (4) Beam Size: 4 X 4 inch output beam produced by a collimating lens that resides in a removable holder that is next to a 4 X 4 inch rectangular opening. (5) Collimation: ? 4o (6) Beam Orientation: Must provide the capability of focusing the output beam at 90-degree increments. (7) Diverging Beam Capability: The collimation lens must be removable from its holder to allow conversion to a diverging beam. The beam must diverge from the 4 X 4 inch rectangular opening (i.e., beam exit port) to 8 X 8 inches at 1 foot ? 1 inch and 12 X 12 inches at 2 feet ? 1 inch. (8) Conversion Capability: The essential difference between the 1 KW solar simulators and the 1 KW UV solar simulators is the use of dichroic mirror technology. Therefore, to easily convert between the two simulators they must use the same lamp housing, optics, power supply, ignitor and lamp. (9) UV Capability: Visible and infrared radiation must be capable of being from the UV output and included attachments (specifically, dichroic mirrors and UV blocking filters) must provide the following type of UV radiations: (1) Full spectrum UV [i.e., UV A (320 to 400 nm) + UV B ((280 to 320) nm) + UV C (< 280 nm)] (2) UV A only (3) UV B only (4) UV A + UV B (10) Digital Exposure Controller: Closed loop system shall maintain the output and stability of the Xenon lamp at a constant level as it ages. This allows for consistent output of the wavelengths of interests. Must control to within ? 1 %. (Note: This is in addition to the power supply that regulates the Xenon Arc Lamp.) CLIN 00002: INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001: The Contractor must perform acceptance testing after the system is delivered to NIST. This acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. (The Contractor will be required to ship the system directly to the NIST shipping and receiving location specified in the order; NIST shipping and receiving will re-deliver it to its intended installation location.) This acceptance testing must be performed in the presence of the Contracting Officer?s Technical Representative (COTR) to verify that CLIN -0001 is fully operational and operates as intended by the original equipment manufacturer(s). The COTR will indicate acceptance of the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED BELOW ARE MET, and the system is demonstrated to be fully operational and operate as intended by the original equipment manufacturer(s). Due to several standards simulators, the performance of the instruments shall be demonstrated in the presence of the 1 KW solar simulators. The 1 KW UV solar simulators shall be tested with appropriate attachments, specifically dichroic mirrors and UV blocking filters, and the 1 KW Diverging Beam solar simulator in the manufacturer?s standard product line. The provision at FAR 52.212-1, Instructions to Offerors?Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 ALTERNATE I; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION: OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) The offer must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under ?Current FAR? in either .html format or .pdf format. (2) The offer must include detailed specifications, drawings, and other relevant technical information for the offered system for CLIN 0001. The specifications must show/specify the schematic of a typical solar simulator showing the output beam, collimating lens, xenon lamp, and mirrors. (3) The Offeror must provide past performance references (preferably three or more) for SIMILAR system sold and delivered to other Customers within the past 3 years. Offeror must provide one, and preferably two (2), names, phone numbers, company names and addresses, and dates delivered for similar systems for each reference provided. (4) The Offeror must indicate both duration of warranty AND nature of warranty offered for Item Number 0001 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (5) The offeror must provide detailed information regarding how warranty service would be provided, if necessary, by the contractor after award, including, at a minimum, responses to the following (a) through (d): (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (6) Indication of maximum number of days, after receipt of order, that Item Number 0001 would be delivered to the NIST shipping and receiving dock; (7) List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of CLIN 0001 (applies ONLY if the Offeror would not allow NIST to install the item in NIST?s lab); and (8) List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. PRICING FOR ITEM NO. 0001 SHALL BE F.O.B. DESTINATION to the National Institute of Standard and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Past performance information for the Offeror; (3) Duration and nature of warranty offered; (4) Ease of obtaining timely warranty service for Item Number 0001; (5) Availability of spare/replacement parts; and (6) Evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are significantly more important than evaluated price. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.DIAZ@NIST.GOV. NOTE: PAYMENT FOR CLIN 0001 AND CLIN 0002 WILL ONLY BE MADE AFTER THE GOVERNMENT RECEIVES THE ENTIRE SYSTEM AND THEREAFTER ACCEPTS IT PURSUANT TO THE ACCEPTANCE TESTING REQUIREMENTS. THE CONTRACTOR MAY THEN SUBMIT A PROPER INVOICE FOR PAYMENT OF THE ITEM TO THE NIST ACCOUNTS PAYABLE OFFICE. (ADVANCE PAYMENTS WILL NOT BE MADE TO THE CONTRACTOR BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.DIAZ@NIST.GOV .
 
Record
SN00655233-W 20040828/040827093444 (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.