SOLICITATION NOTICE
66 -- 15-inch Diameter Optical Light Integrating Sphere
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-11-RQ-0543
- Archive Date
- 9/9/2011
- Point of Contact
- Paula Wilkison, Phone: 301-975-8448, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
paula.wilkison@nist.gov, patrick.staines@nist.gov
(paula.wilkison@nist.gov, patrick.staines@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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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-53), effective August 4, 2011. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than ten calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. 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. All offerors shall provide a quotation for the following line item: Line Item 0001: One (1) 15-inch Diameter Optical Light Integrating Sphere Introduction The contractor shall furnish the necessary personnel, material, and equipment to fabricate and deliver a 15-inch Diameter Optical Light Integrating Sphere. Background NIST's Physical Measurement Laboratory, Optical Technology Division, has a requirement for an optical light integrating sphere, which will be used for tests planned as part of the dissemination of NIST scales. The Optical Technology Division establishes and disseminates 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. Minimum Requirements The 15-inch Diameter Optical Light Integrating Sphere shall meet or exceed the technical specifications identified below. All items must be new. Prototypes, demonstration models, used or refurbished instruments will not be considered for award. 1. The optical light integrating sphere shall consist of a passive optical system having a bright diffuse surface on the inside of a sphere, and will be used to diffuse nonuniform light beams introduced from either or both of its entrance ports into a uniform outgoing beam emitted from its exit port. 2. The sphere inside diameter shall be 15 inches. 3. There shall be one exit port having a diameter of 5 inches. 4. There shall be two entrance ports, each having a diameter of 2 inches, one which the user will mount light sources that illuminate the inside of the sphere. (The light sources themselves are not part of this requirement and will not be provided to the vendor.) 5. There shall be two detector ports, each having a diameter of 2 inches, for the user to mount detectors onto that view the inside of the sphere for light level monitoring purposes. (The detectors themselves are not part of this requirement and will not be provided to the vendor.) 6. A stand shall be provided to mount the integrating sphere, and the sphere shall be oriented on the stand such that the optical axis of the exit port is horizontal when the stand is placed on the user's optical table. 7. The entrance ports and detector ports shall be located on the same hemisphere as the exit port as follows: In a spherical coordinate system having its origin at the integrating sphere center, in which theta is the angle from the exit port optical axis to the port location, and phi is the azimuth angle about the exit port optical axis starting at the horizontal line that is perpendicular to the optical axis, one detector port shall be located at phi = 0 degrees, the other detector port shall be located at phi = 180 degrees, one entrance port shall be located at phi = 100 degrees, and the other entrance port shall be located at phi = 280 degrees. Both of the detector ports shall be located at theta = 45 degrees. Both of the entrance ports shall be located at theta = 60 degrees. 8. The inside surface of the sphere shall have a diffuse reflectance that is greater than 99 percent at all wavelengths over the spectral range 350 nm to 1500 nm, and greater than 95 percent at all wavelengths over the spectral range 300 nm to 2500 nm. 9. A quantity of two, 2-inch removable port plugs shall be provided that fit either the detector ports or the entrance ports, and provide the same type of diffuse surface at the 15-inch sphere inside diameter as the sphere material itself. 10. A quantity of two, 2-inch to 1-inch removable port reducers shall be provided that fit either the detector ports or the entrance ports. 11. A quantity of two, 2-inch to 0.5-inch removable port reducers shall be provided that fit either the detector ports or the entrance ports. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. Option Line Item 0002: Two (2) removable 2-inch entrance port mounts, which shall meet or exceed the following minimum specifications: A quantity of two removable 2-inch entrance port mounts shall be provided to mount the user's liquid light guides onto the sphere entrance ports. (The liquid light guides themselves are not part of the requirement and will not be provided to the vendor.) 1. To adapt to the user's liquid light guide, for each mount, a Thorlabs AD11F collimator adaptor shall be provided with screw-in mounting to the entrance port mount. 2. Each liquid light guide shall have an 11 mm outside diameter cylinder and the light shall emerge from an 8 mm inside diameter circle, and shall be mounted such that the light entering the sphere from the liquid light guide, having a full angle of divergence of 60 degrees, shall neither: (a) exit the exit port or (b) strike the 5-inch diameter region of the back sphere wall diametrically opposed to the exit port, without first striking another part of the inside surface of the integrating sphere. Option Line Item 0003: Two (2) removable entrance port mounts, which shall meet or exceed the following minimum specifications: Two removable entrance port mounts shall be provided to mount the user's fiber laser-beam collimator onto one of the sphere entrance ports. (The fiber laser collimators themselves are not part of the requirement and will not be provided to the vendor.) 1. To adapt to the user's fiber laser collimator, for each mount, a Thorlabs AD11F collimator adaptor shall be provided with screw-in mounting to the entrance port mount. 2. Also for each of these two mounts, a removable specular mirror having an adjustable angle shall be mounted just inside the sphere such that the user's 5 mm diameter collimated laser beam can be directed toward the exit port. 3. The angular adjustment shall be plus or minus 30 degrees from the center-point, with a center-point such that the beam would exit the center of the exit port if placed at that position. 4. The adjustable mirror mount shall have a set screw to lock its position. 5. The mirror shall be mounted in a replaceable manner, and shall have greater than 95 percent specular reflectance over the spectral range 450 nm to 2000 nm. Express Warranty Contractor shall provide its standard commercial warranty. Delivery FOB Destination delivery terms are requested, and shall take place within ninety (90) days of contract award. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Option line items may be exercised by written notice to the Contractor within one year of date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-5 Evaluation of Options 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. Clauses 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-Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Re-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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 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. 52.217-7 Option for Increased Quantity - Separately Priced Line Item: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one year of date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 25, 2011. FAX quotations will not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 provided to Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. 3) Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1 (b) (11)): This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately equally important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness. Price will be evaluated based on the cumulative total of all the line item prices, IAW FAR 52.217-5. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0543/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02529682-W 20110812/110811000304-5c9da5ea5f6c31fd526d02f11220d3d7 (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 |