SOLICITATION NOTICE
66 -- Verdi V18 Pumped Laser or Equal
- Notice Date
- 6/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture 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-0403
- Response Due
- 7/14/2006
- Archive Date
- 7/29/2006
- 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This requirement is being procured using simplified acquisition procedures under the authority of FAR Parts 12 and 13. ***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 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested parties may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase of a Coherent Model # Verdi V18 Solidstate Diode Pumped Frequency Doubled Laser with 18 Watt Output at 532 nm or EQUIVALENT.*** ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***All responsible Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Coherent Model # Verdi V18 Solidstate Diode Pumped Frequency Doubled Laser with 18 Watt Output at 532 nm or Equivalent with the following Salient Characteristics: 1) Must be Solid-state, dual 40 Watt diode-array pumped Nd: Vanadate; 2) Must have intracavity doubled laser which delivers greater than 18 Watts (continuous) at 532 nm; 3) Frequency doubling accomplished with temperature-stabilized LBO crystal; 4) Must be Hermetically sealed laser head with no user-adjustable controls and fiber optic connection from supply to laser head; 5) Must be Single longitudinal mode output required; 6) Must have TEM00 output beam, 2.25 mm diameter (at 1/e squared) with less than 0.5 mrad divergence; 7) M-squared less than 1.1 and ellipticity less than 10 percent; 8) Pointing stability must be less than 3 microrad/degree Celsius; 9) Noise must be less than 0.05 percent rms from 10 Hz to 1 GHz; 10) Power stability drift plus or minus 1 percent or less over a two- hour or longer period; 11) Polarization: Vertical orientation with greater than 100:1 extinction ratio; 12) 110 VAC, 60 Hz with less than 20 Amp power requirements; 13) 1 Year or greater than 5000 hour warranty, whichever one comes first; 14) To allow for the possibility of customer field replacement of the diode bars, diode bars housed in the power supply must be connected to the optical fiber umbilicals via a SMA-type connector for convenient change-outs. Line Item 0002: Installation: The Contractor shall provide installation for the Solid State Pump Laser. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the Laser, and demonstration of all required specifications. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. Installation shall take place not later than 2 weeks after delivery. Acceptance and Testing: NIST will test the power and stability after it is installed by the Contractor. The tests shall take place at NIST Gaithersburg, MD and will be conducted by NIST to ensure the laser meets all of the salient characteristics prior to acceptance. ***Delivery shall be completed not later than 4 months after receipt of an order and shall be FOB Destination. FOB Destination means: 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance& price shall be considered. 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 shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein.*** Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.204-7 Central Contractor?s Registration (CCR) Database; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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: 52.211-6 Brand Name or Equal; 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (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; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act; (26) 52.225-13 Restriction 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items and all technical evaluation criteria; (2) Two (2) originals of technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. 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.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:30 p.m. local time on July 14, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. ***
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
- Zip Code: 20899-1640
- Country: USA
- Zip Code: 20899-1640
- Record
- SN01080046-W 20060701/060629220424 (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 |