Federal Bid

Last Updated on 22 Mar 2008 at 4 AM
Combined Synopsis/Solicitation
Location Unknown

66 -- CHAMELEON ULTRA II TI SAPPHIRE LASER

Solicitation ID NIH-NIDDK-08-110a
Posted Date 22 Feb 2008 at 5 AM
Archive Date 22 Mar 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nat'l Institute Of Diabetes, Digestive, & Kidney Diseases
Agency Department Of Health And Human Services
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-08-110 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-23. The North American Industry Classification (NAICS) Code is 334413 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH); National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to procure from Coherent Laser Group, 5100 Patrick Henry Dr, Santa Clara, CA the following: 1: QUANTITY OF TWO (2) - Chameleon System: Ultra (II) hands-free ultrafast Ti: Sapphire Laser. The performance specifications and requirements of the system are as follows: ? Output average power specification required is greater than 3.3 Watt at peak of Ti:S curve, with a tuning range of 680nm to 1080nm range. This requirement is of critical importance. Capabilities are required across this entire tuning range to cover our current and future experiments. ? Capability for rapid wavelength changes, 40 nm/sec. ? Repetition rate is nominal 80 MHz ? Beam quality to specified as M2 less than 1.1 to ensure tightest focusing capability. ? Beam shape specified as better than (i.e. smaller range) ellipticity = 0.9-1.1. A round beam ensures more efficient coupling of light from the laser into the microscope and minimal astigmatism. ? Minimum tuning range required is 680nm ? 1080nm inclusive without operator adjustments other than request of wavelength. System to tune through atmospheric absorption bands greater than 900 nm without requirement of external gas purge. ? Pulse width approximately 140fSec. ? System shall have the lowest noise specifications to provide optimal images. A noise spec of 0.5%, or less, is required. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial; 2) FAR Clause 52.212-2, Evaluation ? Commercial Items. As stated in FAR Clause 52.212-2 (a), ?The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.? The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items, Contract Terms and Conditions ? Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NIDDK; contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or by March 7, 2008, 3pm, Eastern Standard Time. The quotation must reference ?Solicitation number? NIH-NIDDK-08-110a. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774B, Bethesda, Maryland 20892, Attention: Tina Robinson. Faxed copies will not be accepted. Emails will not be accepted.
Bid Protests Not Available