Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOLICITATION NOTICE

66 -- Optical Frequency Domain Reflectometer (OFDR)

Notice Date
8/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0708
 
Archive Date
9/15/2012
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This requirement is 100% set-aside for small business. Background: The Engineering Laboratory at the National Institute of Standards & Technology (NIST) requires an Optical Frequency Domain Reflectometer (OFDR) to support the wide range of measurement needs of our Cyber-Physical System (CPS) Test Facility. The OFDR is needed for high resolution reflectometry with backscatter-level sensitivity for distributed fiber sensing of temperature and/or strain at elevated temperatures for measuring temperature and strain of structures subject to fire conditions. All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Optical Frequency Domain Reflectometer (OFDR), which shall meet or exceed the following minimum specifications: General Requirements: 1. The system must be capable of measuring both temperature and strain, though not simultaneously, on the same fiber. 2. The system must accept either single or multi-mode fiber optic cables. 3. The system must include all required supporting hardware, software, documentation, and cables. Specific Requirements: 1. The system must have a fiber sensing length of at least 50 m. 2. The system must have a spatial resolution of at least 1 cm over 50 m fiber optic cable length. 3. The system must have a wavelength in the telecommunication C band (1530 nm - 1565 nm) and/or L band (1565 nm - 1625 nm). 4. The system must have a maximum integration time of 1 minute for sensing over a 50 m length. Stronger consideration will be given for a system that provides faster integration times to obtain the following characteristics: a. Spatial Resolution: 1.0 cm b. Temperature Accuracy: 1.0 °C c. Strain Accuracy: 1.0 microstrain 5. The system must be capable of taking temperature and strain measurements from room temperature up to at least 700°C. 6. The system must have a data storage and analysis system, with necessary hardware and software, to compute and store temperature and strain measurements. Training: The Contractor shall provide training on the system for at least one half day on-site at NIST, Gaithersburg, MD campus. Training shall be provided for 2 - 3 NIST employees. Training shall include a review of equipment setup, operation, and data analysis options. Warranty: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. In addition, please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. 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. Inspection and Acceptance Criteria: The Government will inspect and accept the equipment within one (1) week after installation is completed. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. The equipment will be run and examined for conformance to NIST specifications. 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 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 including subparagraphs: 52.204-10 Reporting Subcontracting Awards 52.219-28 Post Award Small Business Program Rerepresentation 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 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 1352.201-70 Contracting Officers Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance 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. Instructions to Offerors: 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 03:00PM Eastern Time on Friday, August 31, 2012. Quotations must be submitted via e-mail at joshua.holliday@nist.gov. Fax quotations will NOT be accepted. Quotations will not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Quotation Instructions: The offeror shall submit an original and one (1) copy of the quotation which addresses Line Item 0001. If the quotation is submitted electronically, additional copies are not required. The 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 solicitation. If applicable, evidence that the offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past three (3) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. 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. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Price: The offeror shall provide a firm-fixed-price quotation. Basis for Award Determination/Evaluation Criteria: 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 more important than price. Technical Capability: Evaluation of Technical Capability will be based solely 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 that 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 stronger consideration to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. NIST will give stronger consideration to offerors whose proposed equipment exceeds the minimum specifications as follows: Stronger Consideration: Specific Requirements, Specification #4: Stronger consideration will be given for a system that that provides faster integration times to obtain the following characteristics: 1. Spatial Resolution: 1.0 cm 2. Temperature Accuracy: 1.0 C 3. Strain Accuracy: 1.0 microstrain Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three (3) years. In assessing the offeror's past performance, NIST will evaluate the quality and timeliness of delivery of goods and/or services, effective management (including management of subcontractors if appropriate), level of communication between the contracting parties, ability to control cost, and customer satisfaction. The Government reserves the right to assess the past performance of proposed subcontractors. The Government will use its discretion to determine the sources of past performance information used in the evaluation and the information may be obtained from references provided by the offeror, the agency's knowledge of contractor performance, other Government agencies or commercial entities, or past performance databases. Price: Quoted price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0708/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02847978-W 20120823/120821235606-5a09ea017cd401899a5e0ec15b256596 (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.