Federal Bid

Last Updated on 09 Sep 2005 at 5 AM
Combined Synopsis/Solicitation
Gaithersburg Maryland

66 -- Scanning Monochromator/Imaging Spectrograph

Solicitation ID SB1341-05-Q-0946
Posted Date 17 Aug 2005 at 5 AM
Archive Date 09 Sep 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Gaithersburg Maryland United states 20899
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. 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) 2005-05.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor’s may submit a quotation. *** *** The National Institute of Standards and Technology is seeking to purchase One (1) low light level spectroscopy system.*** ***All interested Contractor’s shall provide a quote for the following: Line Item 0001: Quantity One (1) low light level spectroscopy system consisting of: (A) scanning monochromator/imaging spectrograph, (B) A high-performance CCD camera and (C) Control software. The following is the list of components and the required specifications that each shall meet. (A) Monochromator/imaging spectrograph shall meet or exceed the following: (1) Focal length 0.75 m; (2) Two outputs, one with a slit (monochromator) and one without a slit (spectrograph); (3) Two input slits and (4) Three gratings, optimized for operation near a wavelength of 1 micrometer, with spacings of 300 grooves/mm, 600 grooves/mm, and 1200 grooves/mm. The gratings shall be mounted on a triple grating turret. (B) The CCD camera shall meet or exceed the following: (1) Liquid nitrogen cooled CCD; (2) System read noise shall be below 5 electrons at 100 kHz and (3)Quantum efficiency at least 30% at a wavelength of 1 micrometer; (C) Control Software shall be able to simultaneously control both components A & B. *** The Contractor shall state the warranty coverage provided for the instrumentation. The Government requires at least a one (1) year warranty*** ****Delivery shall be provided no later than three (3) months after receipt of an order and 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** *** Award shall be made to the quoter whose quote offers the best value to the Government. Technical Capability, Past Performance, and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirements," 2) Past Performance and 3) Price. Technical capability and Past Performance shall be more important than Price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets the specifications identified herein. Evaluation of Past Performance will be based on the information received from references provided. Past Performance shall evaluate the overall quality of the product & service provided by the Contractor. *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** 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: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (ii) 52.225-3 Buy American Act North American Free Trade Agreement-Israeli Trade Act with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s) and 5) For the purpose of evaluating Past Performance, quoters shall provide a list of three (3) references (references within the United States preferred) to whom identical or similar products have been sold. Company name, Point of Contact, Telephone number & e-mail address must be provided for each reference. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received by 3:00 p.m. local time on August 25, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ [email protected]. FAXED QUOTES WILL NOT BE ACCEPTED. ***
Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 17 Jul 2003 at 5 AM
Location Unknown 24 Mar 2016 at 6 PM
Trenton New jersey 18 Aug 2006 at 4 AM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Clovis California 15 Jul 2025 at 6 PM
Jackson Georgia 17 Jul 2025 at 12 PM
Tulsa Oklahoma 02 Oct 2025 at 4 AM (estimated)