SOLICITATION NOTICE
66 -- Titanium Sapphire Laser Oscillator
- Notice Date
- 1/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- SB1341-05-Q-0234
- Response Due
- 2/2/2005
- Archive Date
- 2/17/2005
- 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 2001-27. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all Responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST) has a requirement for one (1) Titanium Sapphire Laser Oscillator to be used by NIST?s Polymers Division to produce near-infrared (NIR) light pulses of duration in the femtosecond regime with average power of several hundred milliwatts. This oscillator must include all hardware and software necessary to synchronize to an existing Ti:Saph oscillator. The laser oscillator with synchronization hardware is part of a Coherent Anti-Stokes Raman Spectroscopy (CARS) Microscope, which is to be used for in-situ, non-invasive studies of cell growth and tissue generation in tissue scaffolds for regenerative medicine. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Laser Oscillator meeting the following required specifications: **The Ti:Saph oscillator (laser) shall be tunable in the range of 840 to 900 nm; **The laser shall meet the following specifications when pumped with 5 watts of stable 532 nm light: 1. When centered in the range of 840 to 875 nm a. pulse duration shall be no longer than 30 fs b. average output shall be greater than 400 mW; 2. When centered in the range of 875 to 900 nm a. pulse duration shall be no longer than 60 fs b. average output shall be greater than 300 mW; **Synchronization: **The laser must include all equipment necessary to synchronize it, as a slave, to an existing Ti:Saph laser (manufactured by Coherent, model Mira 900-D), which will act as the master oscillator. The master oscillator operates at 78.85 MHz, with short term repetition rate drifts of plus or minus 400 Hz; **Synchronization equipment shall accommodate changes in master repetition rate of plus or minus 10 kHz; **Synchronization shall be made to harmonics of master fundamental frequency, with locking frequency of at least 2.5 GHz; **The Oscillator shall provide an exchangeable RF filter such that new frequency can be selected for master fundamental. Second master frequency will be specified at time of purchase. **Synchronization between master (extant) and slave (oscillator to be purchased) must be sufficient that RMS jitter of not more than 200 fs occurs; ****DELIVERY SHALL BE FOB DESTINATION and shall be completed in accordance with the Contractor?s commercial schedule. 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. The Contractor shall deliver the Helium to NIST, Building 235, 100 Bureau Drive, Gaithersburg, MD 20899-0001. *****Award shall be made to the Offeror whose quote offers the best value to the Government, technical, price, and other factors considered. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance; 3) Past Experience; and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the documentation (for example certificate of analysis) or other product literature, which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above. In determining best value, the Government will give strongest consideration to: the oscillator?s repetition rate; the specified synchronization jitter, and the sensitivity of the locking set-up to temperature swings and mechanical vibrations in the lab. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number and email address 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. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable laser oscillators for the types of applications described herein. Information on past experience may be obtained from references. ****Past Performance, Past Experience, and Price shall be evaluated only on quotations determined to be technically acceptable in accordance with the technical capability factor. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ****The following provisions and clauses apply to this acquisition: Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 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, including subparagraphs: (14) 52.212-3 Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004) with Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 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 Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Two (2) copies of the technical description and/or product literature; 3) Two (2) copies of Past Performance References List; 4) Two copies of Past Experience Information; 5) Two (2) copies of the description of commercial warranty; and 6) Two (2) copies of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on February 2, 2005. All questions should be addressed in writing (via email) to the Contract Specialist at Erin.Schwam@nist.gov. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00736711-W 20050121/050119211634 (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 |