THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS 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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-24.
*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. ***
***The National Institute of Standards and Technology (NIST) has a requirement for a Nd:YAG Laser to be used in the Atomic Physics Division at NIST, Gaithersburg, MD. ***
***All interested Offerors shall provide a quote for the following line item(s):
Line Item 0001: Quantity One (1) Each, Nd:YAG Laser
Contractor shall meet or exceed the following minimum technical specifications:
1) Shall include harmonic generation crystals and dichroic mirrors to enable wavelength outputs with powers at least: 450 millijoules/pulse (mJ/p) at 1064 nm; 220 mJ/p at 532 nm; 105 mJ/p at 355 nm; 50 mJ/p at 266 nm. These powers are for the spatial mode profile with 85 percent Gaussian fit (as discussed in spec. 8) below). Crystal modules and mirrors shall be mounted to enable quick (less than 30 minute) and convenient wavelength changes and tweak up re-alignment.
2) Shall include a Type II SHG (532 nm) crystal and in addition an interchangeable Type I SHG crystal, to have the ability to preserve the linear polarization of the fundamental.
3) All harmonic crystal modules and dichroic modules mounted on a single baseplate, for optimal stability.
4) Crystal and dichroic mirror changes enable pure 532 nm, 355 nm, and 266 nm beams to exit laser along the same optical axis. Crystal and dichroic mirror changes enable simultaneous 1064 nm, 532 nm, and 266 nm beams to exit laser along a different optical axis, separated by at least 3.75 inches for compatibility with 193 nm OPO system.
5) Pulse rate: 10 Hz.
6) Pulse duration: less than or equal to 12 ns at 1064 nm; less than or equal to 10 ns at 532 nm.
7) Line width: less than 1.0 cm to the negative first power for 1064 nm.
8) Spatial mode profile: 85 percent Gaussian fit at 1 m (demonstrated by supplied profile measurements), for best match to 193 nm OPO system.
9) Beam diameter: less than or equal to 8.5 mm.
10) Energy stability (pulse to pulse for 99 percent of pulses for 1 hour): less than plus/minus 3 percent for 532 nm.
11) Long term power drift (8 hour period): less than 10 percent for all wavelengths.
12) Beam pointing stability: less than plus/minus 50 microradians over 8 hour period with temperature variation of plus/minus 3 degree C.
13) Beam divergence: less than 0.5 milliradians FWHM.
14) Includes water-to-water heat exchanger, for thermal management in our lab.
15) Entire beam path in laser cavity and beam path from cavity to harmonic generator protected by stainless steel, sealed, purgeable beam tubes for protecting optics from contamination damage. Harmonic generator also sealed and purgeable.
16) Graphite resonator structure for long-term thermal and mechanical stability.
17) Entire system, including laser cavity, harmonic generation crystals, wavelength separation optics, and beam stops shall be fully contained in an enclosure or enclosures for safety.
18) System shall be operated in an alignment mode for free running 532 nm operation with q-switch off, to enable visual alignment to external apparatus with low pulse peak-power and operational beam diameter and divergence.
19) Flashlamp shall be replaced without removing pump chamber for maintaining oscillator alignment.
20) Shall include remote control for stand alone operation and GPIB and RS-232 interfaces for computer operation.
21) Power supply shall operate on 220V single phase.
22) System footprint shall not exceed (LxWxH) (48 inches x 13 inches x 14 inches).
23) Exit beam height within range 5 inches ? 8 inches, adjustable plus/minus 0.5 inches.
24) Field shall be upgradeable to injection seeded version.
*** Inspection and Acceptance Criteria
1. Visual-Physical check at NIST laboratory for adherence to design specifications.
2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. ***
*** Installation and training shall be performed at a NIST-designated site in Continental US for integration and testing with a custom 193 nm OPO system. Acceptance will occur at this site. Within 2 months the system will be reinstalled by provider at NIST to be integrated with separately reinstalled 193 nm OPO system. ***
****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price.
****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above.
****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.
***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instrumentation. System shall have previously demonstrated long term ruggedness, durability and consistency. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation.
***Delivery shall be FOB DESTINATION and be completed within twelve (12) weeks or less after receipt of order (ARO).
***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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***
The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following provisions apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offerors Representations and Certifications- Commercial Items.
Offerors must 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.
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:
52.222-3, Convict Labor;
52.222-19, Child Labor ? Cooperation w/ Authorities And Remedies;
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity;
52.222-35, Equal Opportunity for Special Disabled Vets;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-37, Employment Reports on Special Disabled Vets;
52.222-50, Combating Trafficking in Persons;
52.225-3, Buy American Act ? NAFTA w/ Alternate II;
52.225-13, Restriction on Certain Foreign Purchases; 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.
***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list.
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.
***All quotes shall be received not later than 3:30:00 PM local time, on April 4, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. Because of heightened security, FED-EX, UPS, or similar 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 made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
Bid Protests Not Available