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-89)
1352.215-72 INQUIRIES (APR 2010)
Offerors must submit all questions concerning this solicitation in writing to the contract specialist within three (3) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(end of provision)
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 employees. This requirement is being competed as a total small business set-aside. Only small business concerns may submit a quotation to this solicitation.
The National Institute of Standards and Technology (NIST) has a requirement for the purchase of two (2) Mode-Locked Pulsed Lasers.
Attached are the Specifications for solicitation NB672030-18-02041. Please submit a quote for the required Mode-Locked Pulsed Lasers that meet the requirements.
This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code
334516, Analytical Laboratory Instrument Manufacturing, having a Small Business Size Standard of 1000 employees.
All communications and documents must include the solicitation # NB672030-18-02041. Please email your quote to me at [email protected] no later than May 21, 2019, 10:00 AM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at [email protected] no later than May 16, 2019. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information:
• Sufficient information to demonstrate you can meet or exceed the requirements in the Specifications.
• Firm fixed price quote for two (2) mode-locked pulsed lasers.
• Payment Terms: Net 30.
• The requested delivery is within 12 weeks after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
• Company DUNS No. To be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account.
BASIS OF AWARD:
Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order.
The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter's initial quotation should contain the quoter's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation.
TECHNICAL CAPABILITY:
Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating.
PRICE:
Price shall be evaluated for reasonableness.
FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) 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. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are:
52.219-28, Post Award Small Business Program Representation
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, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy 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
FAR 52.252-1, Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
FAR 52.225-18 - Place of Manufacture.
FAR 52.232-15, Progress Payments Not Included
CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures
CAR 1352.215-70, Proposal Preparation
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests
FAR 52.252-2, Clauses Incorporated by Reference:
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, FOB Destination
CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest
CAR 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
Shipping and Receiving
325 Broadway
Boulder, CO 80305
NIST LOCAL-04 BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to [email protected].
(b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract.
(c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to:
NIST
Accounts Payable Office
100 Bureau Drive, Mail Stop 1621
Gaithersburg, MD 20899-1621
NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS
(1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis.
(2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual
Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is
Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an
Issuable unit.
(3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.
If you have any questions, please do not hesitate to contact me at [email protected].
Aron Krischel
Contracting Officer for National Institute of Technology
325 Broadway
Boulder, CO 80305
NB672030-19-02041
REQUIREMENTS DOCUMENT FOR SAMPLING LASERS
1. BACKGROUND: The Radio Frequency Technology Division has a requirement to measure high frequency electrical signals by probing them with an electro-optic sampling technique. Traditionally this has been done with a single, pulsed, femto-second sampling laser operating at repetition rates of 10 to 50 MHz. The next generation electro-optic measurement system is required to use a pair of pulsed, femto-second sampling lasers with a carefully controlled difference in repetition rate between them. A low timing jitter specification is critical to getting an acceptable sampling performance.
The contractor shall provide two (2) mode-locked pulsed lasers with the following specifications.
2. SPECIFICATIONS:
a. Wavelength centered near 1550 nm.
b. 80 MHz or higher pulse repetition rate.
c. Temperature and external piezo control of laser repetition rate.
d. > or = 1 kHz repetition rate tuning
e. > 2 kHz repetition rate tuning bandwidth
f. < 100 fs timing jitter (100 Hz to 1 MHz)
g. Pulse width < 100 fs after 1 meter of polarization maintaining fiber pigtail with FC/APC connector
h. > 10 mW output power
i. Secondary optical monitor port with relaxed requirements (lower power, broader pulse width).
j. Ability to lock to an external RF oscillator.
k. Repetition rate of two lasers matches to within +/- 1 kHz when operated at same cavity temperature.
l. The lasers shall be packaged as a combined unit or two complete, stand-alone units. The units shall be turn-key systems with no external equipment except a power cord to run them.
3. DELIVERY: 12 weeks ARO, FOB Destination to NIST, Boulder, CO (contractor to include shipping in quote).
4. INSPECTION AND ACCEPTANCE: After delivery of lasers to NIST, the government will ensure the lasers meet all required specifications. Acceptance by NIST personnel will be done within one week after delivery.