SOLICITATION NOTICE
66 -- CW Argon-Ion Laser and Heat Exchanger
- Notice Date
- 4/26/2006
- 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
- SB1341-06-Q-0333
- Response Due
- 5/11/2006
- Archive Date
- 5/26/2006
- 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) 2005-09. *** 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 unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a CW Argon-Ion Laser and Heat Exchanger to be used in the Optical Technology Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line items: Specifications: CW Argon-ion laser and heat exchanger 1. Required output powers: Multiline Visible 6.0 Watts 514.5 nm TEMoo 2.4 Watts 488.0 nm TEMoo 1.8 Watts Multiline UV 333.6-363.8 0.5 Watts 2. Long term power stability, plus/minus 0.5 percent in light regulation mode, plus/minus 3.0 percent in current regulation mode 3. Optical noise (10 Hz to 2 MHz): 0.2 percent RMS in light regulation mode, 0.2 percent RMS in current regulation mode 4. Beam Diameter greater than 1.2 mm 5. Beam Divergence less than or equal to 0.5 mrad 6. Cooling water requirements: not more than 3 gallons per minute at 25-60 psi and 50-95 degrees F 7. Heat exchanger to be provided commensurate with requirements of laser. 8. To allow integration into the experimental configuration, laser head width cannot exceed 8" and laser head length cannot exceed 60 inches. 9. Laser shall have construction that is clearly designed to minimize vibrational noise and thermal drift including for example (but not exclusively limited to) superinvar and/or thermally compensated construction, thermal and kinematic isolation of magnet assembly and laser tube and flow switches located outside the laser head. 10. Maximum input power required not to exceed 50 Amps, 208 VAC (3 phase). 11. Power supply not to induce outgoing line voltage spikes greater than 0.5 Volts. 12. Visible lines must all be present simultaneously when running in visible mode. UV lines must all be present simultaneously when running in UV mode. 13. Automatic gas pressure monitoring and filling system to maintain optimum plasma tube pressure. 14. The laser must have at least two (2) programmable power level settings. 15. Installation of the laser is to be performed by factory trained Service Engineer and is to be included in the bid price. 16. Laser is to be supplied with a remote control module with digital power meter for detection of laser output, latching fault diagnostic displays, and all controls necessary to operate and monitor the laser. 17. The vendor shall provide a guaranteed 48 hour period tube replacement in the event that the laser plasma tube fails. 18. M squared value less than or equal to 1.1. 19. Pointing stability less than 5 microrads/degree C 20. Warranty shall be at least 18 months or 2000 hours from the date of installation with service performed under warranty in the users laboratory at no charge for parts or labor. 21. Contractor shall provide installation and training of equipment. ***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. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance, 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 make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****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 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 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. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ***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 shall 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: (5) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-3, 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 w/ Alternate II; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 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. *** at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on May 11, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. 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 shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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 shall 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 shall 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 quotes will NOT be accepted.
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: USA
- Zip Code: 20899-0001
- Record
- SN01035406-W 20060428/060426220512 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |