Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

66 -- Optical Collimator

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0759
 
Archive Date
9/23/2010
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST)/ Optical Technology Division is responsible for establishing and disseminating optical, infrared, and radiometric physical standards and measurement scales for other Government agencies and a variety of industries, including environmental remote sensing, defense, and security. An optical collimator (a lens or mirror system), which is the subject of this acquisition, is necessary in order to interface a NIST instrument, called the Hyperspectral Image Projector (HIP), (i.e. a light source) to other-agency instruments (i.e. light detectors) during tests planned as part of the dissemination of NIST scales. NIST requires a broadband optical collimator, defined as a compound lens or mirror system that collimates the light emerging from any object point placed at its input focal plane. The purpose of this collimator is to project an image displayed on a digital micromirror array (the object) into a spectral imaging sensor, where it will be imaged onto a focal plane array by the sensor's lens system, with sensor's lens set to infinity focus, for the purpose of testing sensor. NIST already has the HIP System, designed for a default, removable, 100 mm f/2.8 collimator, so that is not part of this requirement. The present requirement is to design and fabricate a 500 mm f/4 collimator that will replace, on an occasional basis, the default collimator. Line Item 0001: Quantity One (1) each, Broadband Optical Collimator that shall meet or exceed all of the following minimum specifications: 1. Effective Focal Length (f): 500 mm; +/-5 mm; 2. Aperture Ratio (f/#): 4; +/- 0.05mm; 3. There shall be no obscuration over any part of the aperture of the collimator. 4. Spectral range transmittance: greater than 70 percent at all wavelengths from 340 nm to 2500 nm. Higher transmittance is preferred; 5. Maximum object diameter without vignetting: 17.5 mm minimum (Array: 14 mm x 10.5 mm); 6. Maximum divergence of input beam from object: 24 degrees full angle measured from the object plane; 7. The optical axis shall be oriented normal to the object plane; 8. The back focal length, defined as the distance from the object plane (the Hyperspectral Image Projector micromirror array) to the input edge of the collimator (including the collimator housing and mounts) must be 75 mm, +/- 1mm, in order to provide clearance for the HIP micromirror illumination system; 9. The collimator exit pupil must be outside of the body of the collimator, so as to be able to be matched to the entrance pupil of the user's sensor. To enable this, the standoff distance, defined as the distance between the output edge of collimator (including the collimator housing and mounts) and the exit pupil of the collimator, must be at least 650 mm; 10. A screw-on mounting barrel shall be supplied on the object side of the collimator for mounting the collimator onto the HIP spatial engine. The barrel shall not exceed 84 mm in diameter in the first 16 mm of its length along the optical path of the collimator. The threaded interface shall consist of a section of M80-1 threads, 5 mm in length, with a thread relief groove allowing the collimator to be seated against a shoulder for correct positioning along it's optical axis. The shoulder shall be located 74 mm from the object plane (micro-mirror array surface) of the collimator; 11. A means to adjust the focus +/- 5 mm, including a focus adjust locking screw, must be supplied; 12. Imaging quality must be sufficient to resolve a square grid object having a pitch of 13.68 micrometers over its diameter of 17.5 mm when placed at the focal plane of the collimator, over the full spectral range of 340 nm to 2500 nm, and with distortion less than 1 percent. The modulation transfer function, normalized relative to unity normalization at zero frequency at the center of the field, shall be maintained at value greater than 0.1 at all field positions and wavelengths, over the object spatial frequency range 0 to 35 cycles per mm. Better imaging quality is preferred as exhibited by a lower value for distortion or a higher value for modulation transfer function; 13. Ghost images resulting from inter-reflections must be minimized to the maximum extent practicable by incorporating optimized antireflection coatings; 14. Scatter must be minimized to the maximum extent practicable by using polished optical surfaces and optimized coatings. Line Item 0002: Installation: The Contractor shall provide installation for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of the system, turn-key start up, and demonstration of all performance specifications. Line Item 0003: Training: The Contractor shall schedule and facilitate one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, must be completed not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Line Item 0004: Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. DELIVERY REQUIREMENTS Delivery, installation, training, and demonstration of performance specifications shall be completed not later than 120 days after receipt of a purchase order. Delivery terms 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. EVALUATION CRITERIA Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability, Experience, and Past Performance, when combined, shall be approximately equal in importance to price. Technical Capability Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. The optical ray trace drawing and transfer function and distortion values shall be evaluated to further evaluate the Contractor's overall understanding of the required equipment. In evaluating technical capability, strongest consideration shall be given to better higher transmittance (Reference specification 4); and better imaging quality (Reference specification 12). Experience Experience will be evaluated to determine the degree of experience the Contractor possesses with respect to designing and manufacturing optical collimators that are the same as or similar to that required by this solicitation. Past Performance: Past Performance shall 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 and/or information provided by NIST and its affiliates. Price shall be evaluated for reasonableness, consistent with the Contractor's quotation. PROVISIONS AND CLAUSES 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: 52.212-1 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: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and 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. ADDENDUM TO 52.212-1 Quoters shall submit all of the following: 1. An original and one (1) copy of a price quotation which addresses all line items; 2. To evaluate Technical Capability: -Technical description and/or product literature which clearly demonstrates that the proposed equipment meets or exceeds all of the Governments minimum required specifications. Documentation must address all specifications; -An optical ray trace drawing of the input and output of the proposed collimator, showing the rays from the object plane and ending at the exit pupil plane; -Theoretical modulation transfer function and distortion values from the ray trace. 2. To evaluate Past Performance: Quoters shall provide a list of at least three (3) references to whom the same or similar equipment has 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 and email address 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. 3. To evaluate Experience: Documentation which clearly identifies the degree of experience the Contractor possesses designing and manufacturing optical collimators. Documentation may be photos and/or technical discussion. Similarities and differences between the collimators manufactured by the Contractor and the collimator required by NIST must be discernable. 4. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 5. A description of the warranty provided for the materials. Please include the following details: i. Length of warranty; ii. What is included? 6. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the Contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. The Contractor shall provide confirmation that they are a small business and will provide the end product of the same. DUE DATE FOR QUOTATIONS All quotations must be received not later than 3:30 PM Eastern time, on September 8, 2010, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Carol Wood. FAX quotations shall not be accepted. E-mail quotations shall be accepted. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Carol Wood. Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Carol A. Wood, Contract Specialist, carol.wood@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8172.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0759/listing.html)
 
Place of Performance
Address: Ship to:, NIST, Shipping & Receiving, 100 Bureau Drive, GAithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02255499-W 20100827/100826000251-4977db82bdc6fdef61121dea1b72ab15 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.