SOLICITATION NOTICE
66 -- 6625 Terahertz Spectrometer Brand Name or equal
- Notice Date
- 4/23/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00174 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017407R0022
- Response Due
- 5/10/2007
- Archive Date
- 6/9/2007
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with FAR 12.6. This acquisition is being conducted under full and open competition with 10% hubzone price evaluation preference. This request for proposal (RFP) N00174-07-R-0022 is the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 334516. Size standard 500. The offeror shall provide a firm fixed price offer F.O.B. Destination to Indian Head, Md. NSWC Indian Head requires one Terahertz (THz) Spectrometer in accordance with the listed minimum specifications: 1. Ultrafast pulsed Ti: Sapphire femtosecond laser generating 80 MHz stream of <100 fs pulses of 800 nm NIR light. 2. Cooling units for laser. 3. Signal detection and power-supply electronics. 4. NIR optics. 5. Rapid-scan delay line. 6. Optical delivery system and electronic interface for stand-off module. 7. A stand-off detection module containing. 8. Laser gated photoconductive semiconductor THz emitter device for signal generation. 9. Laser gated photoconductive semiconductor THz receiver device for signal detection. 10. Reflection optics (off-axis parabloids). 11. Purgeable stand-off reflection compartment with adjustable sample platform for stand-off reflection measurements at distances of 0.3, 0.4 & 0.5 m. 12. Transmission optics. 13. Purgeable transmission sample compartment for transmission measurements. 14. Collects THz reflectance spectra from 0.3 ? 3 THz at standoff distances of 0.3 m ? 0.5 m (0.6 ? 1 m roundtrip). 15. Collects THz transmission measurements from 0.3 ? 3 THz. 16.Integrating a 50 mm x 50 mm XY-raster scan stage. for image analysis using an external control system (future requirement). 17. Spectral range 0.3 ? 3 THz. 18. Spectral resolution of 1 cm-1 . 19. Spectral accuracy better than ? 0.06 THz. 20. Spectral precision better than ? 0.06 THz . 21. Spectral data acquisition rate of 30 spectra/second. 22. Photometric range > 2 OD at 0.9 THz (in transmission). 23. Dynamic range @ 0.5 m stand-off distance , 65 dB at 0.91 THz, and > 40 dB at 2.58 THz. 24. Signal-to-noise ratio @ 0.5 m stand-off distance, 4000:1 at 0.91 THz, and > 100:1 @ 3 THz. 25. Dynamic range (transmission), 65 dB at 0.91 THz, and > 40 dB at 2.58 THz. 26. Signal-to-noise ratio (transmission), 4000:1 at 0.91 THz, and > 100:1 @ 3 THz. 27. *NOTE: The product must be delivered by 1 June 2007. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial 52.212 4, Addendum to 52.212-4, DFARS 252.211-7003, Identification and Valuation. Contract Terms and Conditions-Commercial Items 52.212-5, Item Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.212-2, Evaluation Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1-Technical: The Offeror shall provide written documentation detailin ghow their sysem meets or exceeds the 27 minimum requirements shown above. Offerors shall provide three (3) copies of the complete technical specifications. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. Factor 2-Past Performance: Offerors shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government shall utilize other sources for past performance information as available. Factor 3 ?Price ? Offeror shall provid e pricing to include any warranty, installation and delivery to destination. The government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If available via ORCA website, please specify. Responses must be received no later than 3:30 p.m. EST on 10-May-2007. Responses may be provide electronically or via us mail. Provide responses to Georgia Warder, Code C13A, 4072 North Jackson Street Suite 132 Bldg. 1558, NSWC Indian Head, MD 20640-5035. (301) 744-6679 or georgia.warder@navy.mil.
- Web Link
-
www.ih.navy.mil
(http://ih.navy.mil)
- Record
- SN01279548-W 20070425/070424014836 (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 |