This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 and 2005-75 effective
July 1, 2014 and June 24, 2014 respectively.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is being competed 100% set-aside for small business. Simplified acquisition procedures will be utilized. This acquisition is exempt from the requirements of the non-manufacturer rule.
The National Institute of Standards and Technology requires a quantum cascade distributed feedback diode laser for use in a cavity ring-down spectrometer to probe atmospheric CO¬2.
Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award.
LINE ITEM 0001 - Quantity 1 each Quantum Cascade Distributed Feedback Diode Laser meeting or exceeding all of the following specifications:
1. Laser must have a tuning range of at least 2253 to 2255 cm-1
2. Must have an output power of at least 20 mW
3. Must have continuous wave output
4. Must operate at temperatures above -35 °C
5. Requires only thermoelectric cooling (TEC) (i.e. not liquid nitrogen cooling)
6. Requires a drive current of less than 1 A
7. Must have single mode output
8. Laser housing and mounting must be included
9. Laser linewidth must be <12 MHz.
LINE ITEM 0002: WARRANTY
The Contractor shall provide, at a minimum, a 90 day warranty on the laser. The warranty shall commence upon final acceptance by the Government. Warranty shall include all parts, labor and travel and guarantee that laser will be free from defects in material and workmanship throughout the warranty period.
DELIVERY
Delivery shall be completed not later than 15 weeks after award. 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 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.
EVALUATION CRITERIA AND BASIS FOR AWARD
The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation is the lowest priced, technically acceptable quotation.
Technically acceptable means that the quoted equipment meets all requirements of all line items.
PRICE
Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.
REQUIRED SUBMISSIONS
All quoters shall submit the following:
1) An original and one copy of an FOB Destination price quotation which addresses all Line Items;
2) Technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets all requirements of all line items. It is the responsibility of the quoter to ensure that all requirements are clearly documented;
3) A description of the proposed warranty;
4) 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)
5) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award;
6) The country of origin of the quoted equipment.
All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging.
Submission must be received by 3:30 p.m. local time on Wednesday, August 6, 2014.
E-MAIL QUOTES WILL BE ACCEPTED AND ARE PREFERRED. FAX QUOTES SHALL NOT BE ACCEPTED.
PROVISIONS AND CLAUSES
The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov.
The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors - Commercial with the Addendum to 52.212-1;
52.212-3, Offeror Representations and Certifications - Commercial Items;
52.225-2 Buy American Act - Certificate.
In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, 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:
52.203-6, Restrictions on Subcontractor Sales to the Government
52.209-6,Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Set-Aside
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, Encouraging Contractor Policies 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-System for Award Management
52.247-34, FOB Destination; and
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.