Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SOLICITATION NOTICE

66 -- Custom Coaxial Probes for mm-wave LSNA Assembly - RFQ NB672030-17-04672

Notice Date
7/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
NB672030-17-04672
 
Archive Date
8/19/2017
 
Point of Contact
Aron Krischel, Phone: 3034973032
 
E-Mail Address
aron.krischel@nist.gov
(aron.krischel@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NB672030-17-04672 for 10 Custom Coxial Probes Greetings, This is a combined synopsis/solicitation for commercial items conducted in accordance with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice and the accompanying attachments. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a request for quotation (RFQ) # NB672030-17-04672. The Contracting Officer will not use nor shall this solicitation be subject to the formal source selection procedures described in FAR part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1. The National Institute of Standards and Technology (NIST) has a requirement for the purchase of ten (10) Custom Coaxial Probes for mm-wave LSNA Assembly. Attached are the specifications for solicitation NB672030-17-04672. Please submit a quote for the required Custom Coaxial Probes for mm-wave LSNA Assembly that meets the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334515, having a Small Business Size Standard of 1000 employees. This is a total small business set aside. All communications and documents must include the solicitation # NB672030-17-04672. Please email your quote to me at aron.krischel@nist.gov no later than August 4, 2017, 2:00 PM Mountain Time. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than August 1, 2017 at 2:00 pm. Your quote must meet all the requirements of FAR 52.212-1, as well as include the following information: Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. · Firm fixed price quote for ten (10) Custom Coxial Probes. · Payment Terms: Net 30. · The requested delivery is within 14 weeks for the first four (4) probes and the remaining six (6) probes no more than 32 weeks after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. · Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter’s initial quotation should contain the quoter’s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an “unacceptable“ technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 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 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18, Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer’s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, 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 Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1)If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2)For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (3)The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov. Thank you. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 SPECIFICATIONS RFQ: NB672030-17-04672 TITLE: Custom Coaxial Probes for mm-wave LSNA Assembly I. BACKGROUND INFORMATION This project supports the microwave, telecommunications, computing, and emerging nanoelectronics industries through research and development of high-frequency microwave metrology for micrometer-scale and nanoscale electrical devices. This effort requires the development of microwave metrology in printed transmission lines and on-wafer transmission lines for microwave signal and signal source characterization, wireless systems, high-speed microprocessors, and high-speed nanocircuits and interconnects, and the telecommunications industry. II. SCOPE OF WORK For mm-wave non-linear measurements, NIST is developing a custom wafer probe assembly. For this assembly, some individual parts can be acquired from commercial manufacturers. Particularly, NIST requires a manufacturer to supply a coaxial custom probe to conduct signals from NIST custom test circuit to the wafer circuit under test. III. SPECIFICATIONS The Contractor shall supply a custom coaxial probe with ground-signal-ground (GSG) connections at each end. The probe will be straight and the approximate overall length will be about 8mm. The upper GSG contacts will be on 100um spacing. The lower GSG contacts will be on 50um spacing (see Attachment 1 for drawing). The probe body will be made from 0.020” beryllium copper coax. The probe characteristic impedance will be 50 Ohms. Based on NIST HFSS modeling, the probe insertion loss will be less than 3.5 dB at 239 GHz. IV. DELIVERY The Contractor shall deliver ten (10) probes. The Contractor shall initially deliver four (4) probes no later than fourteen (14) weeks after receipt of order and the remaining six (6) probes no later than fourteen (32) weeks after receipt of order. V. DELIVERABLES Description Quantity Due Date Custom coaxial wafer probes 4 NLT 14 weeks ARO Custom coaxial wafer probes 6 NLT 32 weeks ARO VI. ACCEPTANCE/INSPECTION The probes must provide a coaxial transmission line between the NIST custom mm-LSNA circuit and the wafer under test. For acceptance testing of the completed device, NIST personnel will verify under a microscope that the GSG conductors are spaced at the correct distance and not damaged. If the probe tip GSG spacings are within 5um of the nominal values, NIST will accept the probes. The inspections will commence upon delivery. VII. WARRANTY Contractor’s standard warranty.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672030-17-04672/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04601333-W 20170729/170727232900-a8fda55be29fdb6fb336135e44b67fd4 (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.