SOLICITATION NOTICE
66 -- Absolute Cryogenic Radiometer (ACR) IIIb
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-05-Q-0915
- Response Due
- 8/22/2005
- Archive Date
- 9/6/2005
- 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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 (FAC) 2005-05. 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 requirement is restricted to small businesses. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Each, Absolute Cryogenic Radiometer (ACR) IIIb to be used in the NIST Optical Technology Division in Gaithersburg, MD. All interested offerors shall provide a quote for the following line item: Line Item 0001: Absolute Cryogenic Radiometer (ACR) IIIb with the following specifications: The LBIR facility at NIST is seeking to purchase an absolute cryogenic radiometer. 1. Size and shape: The outer dimensions of the ACR must be identical to the dimensions available from a drawing available from the Government POC. Interested parties contact the Government POC by email at albert.petto@nist.gov for a copy of the outer dimensions drawing. 2. Heat sink a. The heat sink must have two heaters individually wired for redundancy. b. The heat sink must have two calibrated temperature sensors individually wired for redundancy. 3. Receiver cavity a. The receiver cavity must have two heaters individually wired for redundancy. b. The receiver cavity must have two temperature sensors individually wired for redundancy. 4. Electrical a. Heaters shall be 900 Ohms to 1000 Ohms, and the only electrical noise the heaters shall exhibit is Johnson noise. b. Temperature sensors shall have a (dR/dT)/R greater than or equal to 1.5 over the temperature range that the receiver cavity operates over the 10 pW to 0.10 mW dynamic power range. c. One possible electrical connector arrangement is provided in the attached drawing (021-0001-01-D-DWG-ACRIIIa Outline.pdf). Other connector arrangements are permissible but would have to be approved by the NIST COTR first. 5. Receiver cavity absorptance a. At least 0.9998 at 632.8 nm. b. The cavity interior shall be a specular black surface. An identical sample of this surface on the same cavity substrate type shall be provided for specular reflectance measurement at NIST. This sample shall exhibit a total average reflectance of less than 0.06 and a diffuse reflectance of less than 0.01 in the spectral range from 2 micrometers to 20 micrometers and a total average reflectance of less than 0.15 from 20 micrometers to 80 micrometers. c. The cavity shall theoretically have an average of at least 9 bounces for all rays emanating from a 1.5 mm diameter aperture that is a distance of 0.273? from the receiver cavity entrance aperture and has a lambertian emission distribution except with a full cone divergence of only 10.8 degrees. 6. 5 mm receiver cavity entrance. 7. Receiver thermal response time of less than 25 seconds (1/e). 8. Receiver responsivity of greater than 750 K/mW. 9. Dynamic range of at least 50 pW to 0.10 mW. 10. Noise of less than 10 pW RMS with a 30 second integration time. 11. Maximum electrical non-equivalence of 2%. 12. Heat sink mounting surface temperature of 2 K. 13. The entire assembly shall be high vacuum (< 1 microTorr) compatible. 14. The following ACR properties must be experimentally verified prior to delivery a. Natural time constant b. Receiver cavity absorptance at 632.8 nm c. Receiver cavity responsivity d. Heat sink responsivity e. Receiver electrical Non-equivalence between heaters f. Receiver noise vs time over the full range of operating powers g. Receiver heater resistance vs. power 15. Heat sink sensor calibration data must be included with the delivered ACR. Evaluation Criterion Performance is more important that price. 1. Technical Requirements: A proposal must commit to all technical requirements in order to be considered. 2. Past Performance (50 %): This evaluation factor will be base on previous technical performance of similar ACRs, maintaining delivery schedule, and accessibility/cooperation of offeror personnel once and order has been placed. This information will be gathered from references provided in the proposal. 3. Past Experience (50 %): This evaluation factor will be based on the duration that the offeror has been involved in the manufacturing of similar ACRs, the recent number of similar ACRs that have been manufactured in the 3 years, and the duration that the current set of technical staff that will manufacture these mirrors has been involved in fabrication of similar ACRs. This information shall be provided in the proposal. Delivery shall be FOB DESTINATION and 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 any 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 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, Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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: 52.222-3, Convict Labor; 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-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; 52.225-13, Restrictions on Certain Foreign Purchases; 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. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a proposal which addresses the Line Item; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. All quotes must be received not later than 3:30 PM local time, on August 18, 2005 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Al Petto. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-6321. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed proposals will not be accepted for this solicitation.
- Place of Performance
- Address: 100 Bureau DR, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00863242-W 20050807/050805211839 (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 |