SOLICITATION NOTICE
66 -- Electrically Tunable Liquid Crystal Optical Filter
- Notice Date
- 2/25/2005
- 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
- Reference-Number-05-844-5070
- Response Due
- 3/9/2005
- Archive Date
- 3/9/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) 05-844-5070 under FAR Part 13, Simplified Acquisition Procedures, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-26, January 19, 2005. The associated North American Industrial Classification (NAIC) for this acquisition is 333314; the small business size standard is 500. This acquisition is restricted to small businesses. The National Institute of Standards & Technology (NIST) has a BRAND NAME OR EQUAL requirement for a VariSpec LCTF and adapter kit manufactured by Cambridge Research and Instrumentation, Inc., 35-B Cabot Road, Woburn, MA 01801. The VariSpec LCTF is an electrically tunable liquid crystal optical filter. Product offerings must demonstrably meet or exceed the following salient characteristics: Wavelength range must be, at a minimum, 400 nm - 720 nm. Bandpath must be equal or less than 7 nm. Aperature shall be equal to or greater than 35 mn. Acceptance angle must be 15 degrees full angle. Out-of Band Rejection shall be 0.01 percent. Ambient temperature correction shall be built in to compensate filter performance change. The instrument must have USB interface and a software driver for computer programming. The following Line Item Numbers (LIN?s) are required: LIN 0001, Quantity of 1, Brand Name Part Number MK50026, VIS-07-35-STD; LIN 0002, Quantity of 1, Brand Name MK50071, Optional Adapter Kit for 35 mm housing. Quotations shall include all LINS and be firm-fixed price. Delivery terms shall be FOB Destination. FOB Destination means that the vendor shall be responsible for any loss or and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. The delivery point is NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Offerors shall submit the following: 1) A quotation which addresses all Contract Line Items; 2) Sufficient product information to CLEARLY DOCUMENT that the offered products meet the specifications stated herein; and 3) Description of commercial warranty. Quotations shall be valid for 30 days. To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To procure a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on Technical Acceptability and Price. Technical Acceptability is more important than Price. Evaluation of Technical Acceptability shall be based on the information provided that clearly documents that the offered product meets the specifications stated herein. Price will be evaluated only for quotations determined technically acceptable. The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 52.204-7 Central Contractor Registration; 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act, North American Free Trade Agreement, Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. Full text of these provisions and clauses can be accessed at the following address: www.nist.gov/admin/od/contract/agency.htm. It is mandatory that all offerors complete the on-line provision 52.212-3, Offeror Representations and Certifications-Commercial Items located at the website, http://orca.bpn.gov/. Online Representations and Certifications Application (ORCA) is an e-Government initiative that has been developed to replace most of the paper based Representations and Certifications (Reps and Certs) process. It is requirement for all solicitations that require CCR registration. Quotations may be emailed to laurel.carey@nist.gov or faxed to 301-975-6319, Attention: Laurel Carey. The RFQ number shall be prominently cited on facsimile or email. Quotations are due at 1:00 p.m. EST on March 9, 2005. Offerors are encouraged to verify with that their submissions have been received, 301-975-8838.
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00758563-W 20050227/050225211922 (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 |