MODIFICATION
66 -- Monochromator System - Amendment 1
- Notice Date
- 9/16/2011
- Notice Type
- Modification/Amendment
- 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-0522
- Archive Date
- 9/3/2011
- Point of Contact
- Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 2 to SB1341-11-RQ-0522 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) 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. All offerors shall provide a quotation for the following line item: Line Item 0001: One (1) Monochromator System Introduction The contractor shall furnish the necessary personnel, material, and equipment to manufacture and deliver a monochromator system. Background The Semiconductor Electronics Division (SED) of the EEEL at NIST has a requirement for a versatile monochromator system (with light source, radiometric detectors/analyzer, choppers, filters, and associated discrete optical components) for internal photoemission and sub-bandgap photoconductivity on molecular and photovoltaic materials and devices. SED plans to develop photoconductivity, internal photoemission spectroscopy to elicit information about charge transport, charge trapping dynamics, and the distribution in energy and density of interface states in new/novel semiconductor materials and devices. A versatile monochromator system is an integral part of such an electrical-optical measurement system. In general, the monochromator system should be comprised of a automated high resolution monochromator capable of continuous scanning over a broad spectral range, versatile light source with power supply, integrated radiometer detectors/analyzer, chopper, entrance/exit port micrometer driven variable slits, spectral filter wheel, and the necessary discrete optical and mounting components to allow for: 1) collimating and/or focusing the light output onto samples; and 2) collecting from the same for use as the light input. The system must be intelligently integrated and computer controlled, user friendly, and capable of being easily reconfigured for more general optical characterization techniques, such as optical transmission and photoluminescence measurements. The system shall be able to be integrated with NIST's existing Oriel/Newport/Merlin radiometers. Minimum Requirements The Monochromator shall meet or exceed the technical specifications in the attached Statement of Work/Specifications. All items must be new. No prototypes, demonstration models, used or refurbished instruments will be considered for award. 1) Monochromator Requirements a) Computer controlled high resolution 1/4 meter monochromator with two output ports. Selection of the output port shall be automated. The monochromator shall be capable of continuous scanning and be able to cover spectral range from 200 nm to 20 micrometer wavelength. Stray light shall be less than 0.05%. b) The monchromator shall be equipped with an IEEE 488 communication port for remote computer control of the monochromator operation and monitoring, and user friendly data acquisition and control software shall be included with the monochromator system. Contractor shall also provide 32 bit VI's (drivers) for monochromator use with other commercial software (such as LabView). c) A hand controller with clearly labeled keys and informational LCD display shall be provided for manually controlling the monochromator. d) The monochromator shall have an optical design capable of holding three (3) gratings simultaneously which are selectable via computer/remote control. The system shall be delivered with 3 ruled gratings: grating 1 having 300l/mm, 500nm blaze with wavelength form 250-1200 nm wavelength range; grating 2 having 300 l/mm, 2000nm blaze and 1100-5000nm wavelength range; and grating 3 having 150 l/mm, 4000nm blaze and 2500-12000nm wavelength range. All gratings shall have peak efficiency of better than 70%. e) The monochromator shall have a built-in automated shutter. f) The monochromator shall have two micrometer driven variable slits with width from 4 micrometer to > 3 mm for the entrance and exit ports. Slit height shall be adjustable from 2 to 15mm. g) The monochromator shall have an automated spectral filter wheel that holds 1 inch filters, with a minimum of 6 filter slots. The selection of each filter position shall be done via computer and hand-held controller. It shall be configured/delivered with a minimum of two long-pass (2) filters, with out-of-band rejection no less than OD3, to cover the 1000 nm to 2000 nm and 500 nm to 1200 nm spectral range. h) The monochromator shall have an external enclosed chopper that can be placed between the source and monochromator. The chopper shall have five (5) apertures for a 28mm beam, with a maximum chop rate of at least 400 Hz. i) IR and Visible optical grade and mounting components (necessary collimation, focusing, f-matching and/or light shielding/tube) for coupling light from a broad band light to the monochromator shall be included as part of the total monochromator system. j) The system shall have the mounting and optical components necessary for matching, collimation and focusing of light from the monochromator output onto a sample surface. 2) Illumination Source Requirements a) Light sources shall include a Quartz Tungsten Halogen and an IR emitter. Both sources shall have high intensity and allow coverage over the 500nm (minimum) to 25000 nm spectral range. b) Illumination outputs from light sources shall be configured to match to the input of the monochromator. An adjustable light shield with a 1.5 to 2 inch range of extention shall be provided to enclose the beam from the source to the monochromator. c) The lamp housing shall be able to hold two light sources simultaneously so that the spectral range of the output will cover the entire range as specified above. d) All the mounting shall be provided to match the output of the light source to the input of the monochromator. e) The IR emitter shall have a minimum output of 140 W. The quartz tungsten halogen source shall have a minimum output of 100 W. Both sources shall have the proper adaptor/lamp mount to be held in the lamp housing. f) Light source power supply shall be a highly regulated source of constant current or power capable of powering the quartz tungsten halogen and minimum IR emitter ranging from 40 W to 250 W. The power supply shall provide for <.1% rms light ripple and < 0.05 % line regulation. The power supply shall be equipped with an IEEE 488 communication port for remote computer control of the lamp operation and monitoring. g) IR and Visible optical grade and mounting components (necessary collimation, focusing, and/or f-matching) for coupling light from monochormator exit port to the sample and radiometer/detector. 3) Radiometer Detectors/Analyzer Requirements a) One or two high sensitivity/responsivity detectors to cover the spectral range of 500 nm to 15,000 nm, preferably with switchable gain steps up to 100x. Stronger consideration will be given to systems that offer switchable gain steps up to 100x. 4) General a) Contractor shall include a statement regarding availability of technical support, replacement parts/components, and expansion components for the quoted monochromator system. Stronger consideration will be given to systems that will be supported for at least 5 years from the date of system delivery at NIST. Express Warranty Contractor shall provide its standard commercial warranty. Delivery FOB Destination delivery terms are requested, and shall take in accordance with the contractor's commercial schedule. The contractor shall deliver line items 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. 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 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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; Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 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. 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. Annual Representations and Certifications (ORCA) Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.204-8 Annual Representations and Certifications. The North American Industry Classification System (NAICS) code for this acquisition is 334516. The small business size standard is 500. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on September 20, 2011. FAX quotations shall 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. 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) Past Performance, and 3) 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. NIST will give stronger preference to offerors whose quoted equipment exceeds minimum requirements 3a. 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. 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-0522/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02580784-W 20110918/110917000616-ba3061eb27ec3b8e098091d6690f9aa0 (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 |