Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

66 -- Helium free optical table-top cryogenic laser optomechanics test stand

Notice Date
8/14/2015
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0923
 
Archive Date
9/8/2015
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@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 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) 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard 500 employees. This procurement is being competed set aside 100 percent for small businesses. Background: The NIST Center for Neutron Research (NCNR) is a division within the National Institute of Standards and Technology (NIST) in Gaithersburg, Maryland. NCNR activities focus on providing neutron measurement capabilities to the U.S. research community. The NCNR mission is to operate the NCNR safely as a cost-effective national resource; conduct a broad program of research using neutron techniques, and to develop and apply new neutron measurement techniques; and operate the NIST Center for Neutron Research as a national resource for researchers from industry, university and other government agencies. The National Institute of Standards and Technology (NIST), NIST Physical Measurement Laboratory (PML) has a requirement for a Helium free optical table-top cryogenic laser optomechanics test stand. The NIST on a chip project "Cavity optomechanics for measurement of force, mass, laser power and other quantities" aims to forge a link between optical power, mass and force within the SI using photon pressure force. A requirement has been identified for a Helium free optical table-top cryogenic laser optomechanics test stand, meeting requirements of vibration control, compact footprint and lowest power usage. The item described in this purchase has been identified as necessary to further this research effort and to provide practical demonstration of the concept of NIST on a chip for mass, force and laser power metrology. The program requires that we demonstrate development of the NIST on a chip concept for equivalence of photon pressure forces with SI traceable mass. This item, a cryogenic laser optomechanics test stand, will help us achieve our goals within the program of work outlined above. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to 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, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) Requirement: The contractor shall provide a Firm Fixed Price quotation for the following: CLIN 0001, Quantity 1 each: The Contractor shall provide all parts and labor for a Helium free optical table-top cryogenic laser optomechanics test stand, meeting or exceeding the following minimum requirements. (All equipment must be new. Used and/or refurbished equipment shall not be considered for award). Minimum Requirements: a. Must be a Variable Speed Helium Compressor; b. Power requirements: 200-240 VAC single phase 20A circuit max; c. Cooling: Must be air cooled; d. Control: Must have built in interface display, control and remote computer control; e. Loudness: Must be 68 dB typical operation or less; f. Dimensions: Maximum cryostat dimensions: 0.5(L)x0.5(W)x0.5(H) Meters; g. Compressor will be located in separate room, connector between compressor and cryostat must be a minimum of 8 m long. h. Weight: Must be 80Kg or less; i. Galvanic Isolation: Helium pressure lines must be galvanically isolated; j. Vibration Isolation: Compressor lines must be at least 25 feet long to accommodate placing the compressor in a different room than the cryocooler/sample stage. The unit must have the capability to separate the cryocooler from the sample stage so that they can be placed on separate tables to reduce the vibration; k. Vibrational Stability: Must be 5 nm or less peak to peak demonstrated 0.1 Hz to 1 kHz; l. Acceleration Stability: Must be 10 micro-g or less demonstrated 0.1 Hz to 1 kHz at sample location relative to laboratory reference frame. m. Cooling Power: Must be a mechanical cooler, nominal 100 mW at 3.2 K; n. Temperature Stability: Long term temperature stability of reference block must be less than 30 mK, double thermal damper mechanism must be included; o. Sample Access: Must be readily available. Available sample space must be cylindrical and at least 50 mm diameter and at least 100 mm high; p. Must be capable of reaching temperature specification running on either 120 V at 20 A, or at 208 V single phase at 20A. q. Interface: Must be computer controlled with PC/laptop provided by vendor; r. Software: Must be Windows GUI, and control and data interfacing capability with LabView; s. Must have Vacuum Gauge; t. Must have Nitrogen purge; u. Must have vacuum roughing pump with passive cryopumping absorbers; v. Base pressure at Temperature 10-6 Torr; w. Provision must be made to bolt the cryostat to an optical table. Table mounting must be imperial to match inch spacing of existing optical table x. Vacuum window must be Fused silica, VIS/NIR coated; y. Inner window must be Fused silica, VIS/NIR coated; z. Windows must be at least 3 50 mm Vis/NIR coated outer windows, 3 30 mm Vis/NIR coated inner windows; aa. Radiation shields must be inner cold shield for sample chamber, nested; bb. Electrical connection must have 4 RF line feedthroughs; cc. Thermal control must be both passive and active to achieve 30 mK temperature stability; dd. Thermal anchoring: The wiring shall be thermally anchored stages to totally prevent sources of heat leak. Similarly, the wiring to the temperature sensors shall be appropriately heat sunk to prevent false readings; ee. RF feedthroughs: Must have 4 RF coaxial feedthroughs to cold stage with flexible cryogenic cable; ff. Optical Fiber Feedthroughs must have 4 Swagelok optical fiber feedthroughs with PTFE inserts to be supplied with the unit by the vendor; Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. CLIN 0002: Installation: The system shall be installed by the Contractor and meet contract specifications no later than 10 days after delivery. Room in which the instrument will be housed will be complete and ready for the installation upon delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD- Building 218. CLIN 0003: Training: The contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training must be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation. Delivery: Delivery shall take place not later than 3 months after receipt of order. Delivery term 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 the items to NIST, BLD 301, Shipping and Receiving, Gaithersburg, MD 20899. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. The following tests shall be performed within 14 days after receipt of instrument: 1. A thermal stability test shall be performed on the sample holder after the unit has been delivered and installed at NIST and training and full documentation on its use has been provided. This test will comprise both a short term and long term test, and will be performed by the TPOC during the training conducted by the company proposing to provide the unit. The results of sample temperature measurements shall be logged for 2 minute and 30 minute intervals to provide the data on which acceptance will be based. The average and standard deviation shall be reported to ensure minimum temperature and temperature stability specifications are met. The standard deviation shall be used as a measure of both the short term and long term temperature stability. 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. Those marked with an asterisk are provided in full text in Attachment 1. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Certification Regarding Responsibility Matters 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate 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: 52.202-1: Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6, Protecting the Government's Interests when SubContracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.219-6 Notice of Total Small Business Set Aside 52.219-14, Limitations on Subcontracting 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; 52.222-25 Affirmative Action Compliance 52-222-26, Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.225-1, Buy American-Supplies 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40, Providing Accelerated Payments to Small Business SubContractors 52.232-39 Unenforceability of Unauthorized Obligations 52.247-35 F.O.B. Destination within Consignees Premises 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.246-70 Place of acceptance. Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST 100 Bureau Drive Gaithersburg, MD 20899 (End of clause) Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law {Class Deviation) (February 2015) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 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, where the awarding agency is aware of the conviction, 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, or (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, where the awarding agency is aware of the unpaid 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 agreement with the authority responsible for collecting the tax liability. (End of Provision) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 3:30 p.m. Eastern Time on August 24, 2015. FAX quotations shall not be accepted. E- mail quotations shall be accepted at lynda.roark@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations may also be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, electronic 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 Lynda Roark, Contract Specialist on 301-975-33725 Addendum to FAR 52.212-1, Quotation Preparation Instructions 1). Price Quotation: The offeror shall submit an original and one copy of the price quotation. 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 shall propose a firm-fixed-price quotation for each CLIN. 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 system it is proposing, which clearly identifies each requirement listed above. The offeror must demonstrate that its proposed system meets or exceeds each minimum requirement described above by providing a citation to the relevant section of its technical description or product literature. The contractor must not simply state they will meet the requirement, evidence must be provided. Specifically, in addition to the technical description or product literature, the contractor must submit data showing vibration amplitude as a function of frequency from 0.1 Hz to 1 KHz and data showing acceleration amplitude as a function of frequency from 0.1 Hz to 1 KHz from the same model being quoted along with the quotation. If applicable, evidence that the Offeror is authorized by the original provider to provide the item(s) in the quotation should be included. The test measurement data must consist of measurements that are equivalent or better than the minimum requirements listed above. The test measurement data must be provided from an instrument that is the same model instrument being quoted. 3). Acceptance of Terms and Conditions: 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. Evaluation Factors Award shall be made to the offeror whose quotation meets or exceeds the requirements stated above and is lowest priced. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. 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 offerors technical description and/or product literature does not indicate whether its proposed equipment meets a certain minimum requirement, and/or the offeror does not submit the test measurements/data from a real device, NIST will determine that it does not meet the requirements. NIST will evaluate the test measurements/data from the same model to provide evidence of the instruments capability of meeting or exceeding the requirements indicated above. Price: The Government will evaluate price for reasonableness. 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 appropriate 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 agency 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 protests, 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/SB1341-15-RQ-0923/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03840095-W 20150816/150814235946-ec5453de6a6a6df26dce5331cfac4a46 (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.