This solicitation, NB672030-15-00923 issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is Brand Name. This is unrestricted and all interested parties may submit a quotation.
This combined synopsis/solicitation is for the following commercial item(s):
CLIN 0001: Finisar XPDV4121R-WF-FA 100 GHz Photodetectors: QTY 2 each
Description of requirements for the items to be acquired:
The National Institute of Standards and Technology (NIST) Division of High Speed Measurements Project develops methods of calibrating high-speed measurement equipment and methods for using Photodetectors for making precision measurements of high-speed/high-bandwidth signals used in digital equipment, wireless communications, and fiber-optic communications.
In order to maintain characterized photodetectors as check standards as part of a Special Test 42161S, the Contractor shall provide two (2) Finisar Photonics XPDV4121R-WF-FA 100 GHz Photodetectors that meets or exceeds the following minimum technical specifications:
TECHNICAL SPECIFICATIONS:
1. Electrical -3 dB bandwidth of 100 GHz, larger bandwidth is definitely preferred
2. 1.0 mm (or W) female coaxial microwave output connector
3. Responsivity at 1550 nm 0.5 A/W or more. (photodiode operating only in the 780 nm spectral region are not acceptable)
4. PDL 0.5 dB or less
5. Fiber pigtail with length from end of connector to outside of package of 75 cm +/- 5 cm, FC/APC connector.
6. Optical return loss greater than 30 dB
7. The photodiodes must be made with an optical waveguide design to improve linearity. Mesa or UTC designs are not acceptable because of their nonlinear properties.
The requested delivery is 6 weeks ARO. FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. Please do not include cost of shipping. NIST will provide shipping instructions at time of Award.
FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability, deliverable schedule, and price. Technical capability will be evaluated by how well the proposed products meet or exceed the Government's requirement including delivery schedule as stated throughout this solicitation. Technical capability is approximately equal to price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium.
A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED QUOTER WHOSE TECHNICALLY ACCEPTABLE QUOTATION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT.
The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management 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. Commercial Items including subparagraphs:
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-13, Notice of Set-Aside of Orders
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, Contractor Policy to Ban Text Messaging While Driving;
52.225-3, Buy American Act; Free Trade Agreements-Israeli Trade Act
(ii) Alternate I of 52.225-3
52.225-13, Restrictions on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer
52.247-34, FOB Destination
1352.201-70, Contracting Officer's Authority
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, 325 Broadway - Shipping and Receiving, Boulder, CO 80305
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
The following provisions and clauses are also applicable to this acquisition: NIST LOCAL-04, NIST LOCAL-39, CAR 1352.209-73, CAR 1352.209-74, CAR 1352.213-70, CAR 1352.215-70, CAR 1352.233-70, CAR 1352.233-71.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html
The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Monday, February 23, 2015, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to [email protected].
Please direct any questions regarding this solicitation to Angela Hitt at [email protected] no later than 11:00 a.m. Mountain Time, Thursday, February 19, 2015.