Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
MODIFICATION

66 -- Polarization Controller

Notice Date
6/20/2012
 
Notice Type
Modification/Amendment
 
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
NB686040-12-04669
 
Archive Date
7/10/2012
 
Point of Contact
Tiffany C Atchison, Phone: 3034975534
 
E-Mail Address
tiffany.atchison@nist.gov
(tiffany.atchison@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 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, Optical Instrument and Lens Manufacturing with a small business size standard of 500 employees. This acquisition is being procured as a total small business set aside. The Quantum Information and Terahertz Technology project requires a fiber polarization controller with an inline polarization monitor to deterministically set the polarization of the output light. The deterministic polarization controller will be used to characterize the polarization sensitivity of single photon detectors. This item must be new, refurbished items will not be accepted. TECHNICAL DESCRIPTION: • Fiber polarization controller • Computer controlled deterministic polarization control • Computer interface must include GPIB or USB • Deterministic output control with feedback to compensate for changes in polarization of the input light • Inline polarimeter to monitor incoming polarization or to use as a polarimeter to determine Stokes parameters and degree of polarization • Compatible with single mode telecommunication fiber • Wavelength range that at least covers 1500nm to 1600nm • Must be a standalone unit that does not need an external computer to control ***Quantity is 2*** DELIVERY Delivery shall be made to NIST, 325 Broadway, Boulder, CO 80305. DELIVERABLE SCHEDULE: no later than three weeks after receipt of order. Delivery term shall be FOB Destination. 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 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. INSPECTION AND ACCEPTANCE CRITERIA Inspection will be done at the NIST facility upon receipt. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government will reserves the right to verify the specifications listed above are met in the shipped product. EVALUATION CRITERIA AND BASIS FOR AWARD 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 (3) Price. Technical Capability and Past Performance, when combined, shall be more importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all salient characteristics identified herein. Past Performance: The Government will evaluate past performance as it pertains to the proposed item to determine the level of quality, and the reliability of the product. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) For the purpose of technical evaluation quoters shall submit: a. A technical description and/or product literature which clearly details all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; 2) 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. The Price provided should be a Firm Fixed Price, the price quoted will be the price paid by NIST for the requirement. Award will be made within two weeks of the response date. Delivery shall occur on or before July 27, 2012 or within 3 weeks of receipt of the order, whichever is sooner. 3) The country of origin for the product. 4) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Tiffany Atchison, tiffany.atchison@nist.gov. Submission must be received not later than 12:00 p.m. local time on Monday, June 25, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the inbox of Tiffany Atchison. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 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; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-1 Buy American Act-Supplies 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 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; and Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that - (a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686040-12-04669/listing.html)
 
Record
SN02781136-W 20120622/120620235829-18b90473f8c7930ef97061697c8e6650 (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.