This solicitation, NB688000-15-03336, is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This is a Brand Name or Equal, total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items.
This combined synopsis/solicitation is for the following Brand Name or Equal to commercial item(s):
CLIN 0001: One (1) EOspace PM-AVE-40-PFU-PFU-106-UV-SNI315a
CLIN 0002: Two (2) EOSpace PM-AVE-40-PFU-PFU-106-UV-SNI315b
CLIN 0003: One (1) EOSpace AZ-AV5-40-PFU-PFU-106-UL
Description of requirements for the items to be acquired:
National Institute of Standard and Technology's (NIST) research is focused on developing next-generation optical tools for precision time keeping. NIST requires lithium niobate waveguide electro-optic phase and intensity modulators for creation of an optical frequency comb.
The Contractor shall provide a total of four (4) modulators that meet the following minimum technical requirements. The Contractor shall deliver the systems, as described below:
TECHNICAL SPECIFICATIONS:
1. We require one (1) EOspace Model PM-AVE-40-PFU-PFU-106-UV-SNI315a lithium niobate phase modulator, or equivalent.
• 40 Gb/s Lithium niobate phase modulator
• Operating wavelength of 1060 nm
• Vpi (@ 1 GHz): ~2-2.5 V
• Bandwidth: ~25-30GHz (usable frequency response >40GHz with no response dips) (~ 4dB drop at 30GHz)
• High Optical Power Handling: > 200mW input power at 1060 nm
• High RF Power Handling: > 3W
• Insertion loss: ~ 4 dB
• RF connector (2):
- 1st: female 1.85mm (or V-connector) for RF signal
- 2nd: female SMA for External RF termination
• Input: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Output: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Optical Connectors: FC/UPC (slow axis aligned to the narrow key)
2. We require two (2) EOspace Model PM-AVE-40-PFU-PFU-106-UV-SNI315b lithium niobate phase modulators, or equivalent.
• 40 Gb/s Lithium niobate phase modulator
• Operating wavelength of 1060 nm
• Vpi (@ 1 GHz): ~2-2.5 V
• Bandwidth: ~25-30GHz (usable frequency response >40GHz with no response dips) (~ 4dB drop at 30GHz)
• High Optical Power Handling: > 100mW input power at 1060 nm
• High RF Power Handling: > 3W
• Insertion loss: ~ 4 dB
• RF connector (2):
- 1st: female 1.85mm (or V-connector) for RF signal
- 2nd: female SMA for External RF termination
• Input: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Output: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Optical Connectors: FC/UPC (slow axis aligned to the narrow key)
3. We require one (1) EOspace Model AZ-AV5-40-PFU-PFU-106-UL lithium niobate intensity modulator, or equivalent.
• Z-cut 40 Gb/s Lithium niobate intensity modulator
• Operating wavelength of 1060 nm
• Vpi (@ 1 GHz): < 4 V
• Bandwidth: ~25 GHz (usable frequency response >40GHz with no response dips)
• Insertion loss: < 4 dB
• DC Bias Port V: < 10 volts
• S11 (0.13 to 20 GHz): ~ -10 dB
• Optical Null Depth (@DC): > 18 dB
• Optical Return Loss: > 45 dB
• Package Dimensions: 3.48" x 0.35" x 0.35" (88.4 x 8.9 x 8.9 mm3)
• RF connector: female 1.85mm (or V-connector)
• Input: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Output: PM fiber, ~1m long (6um core PANDA-900um loose tube)
• Optical Connectors: FC/UPC (slow axis aligned to the narrow key)
TECHNICAL CONSIDERATIONS: For maximum RF power handling capability, we require no internal RF termination and an RF connector for external termination on items (1) and (2) above. Further, we require items (1) and (2) above to have Vpi < 2.5 V measured for 1 GHz modulation, and microwave power handling capability of 3 W. Item (3) above must have Vpi < 4 V measured for 1 GHz modulation. All items must meet all specifications at 1060 nm wavelength. All modulators must be fiber integrated with input/output optical fibers
The required delivery is 8-10 weeks After Receipt of Order (ARO). FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Please note shipping information will be provided by NIST at time of Award.
INSPECTION AND ACCEPTANCE: Conformity to the above specifications. Specifically, we will test optical insertion loss, modulation bandwidth, and Vpi.
BASIS OF AWARD:
Award shall be made to the lowest priced, technically acceptable quoter. This will be a firm fixed price purchase order to the responsible contractor submitting a quote that meets all of the requirements of this RFQ and who has the lowest price.
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.
PRICE:
Price shall be evaluated for reasonableness.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule.
FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria show above)
.
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
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set Aside of Orders
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, Affirmative Action 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-Supplies
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act w/ Alternate I
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
The following provisions and clauses are also incorporated by reference into this solicitation:
FAR 52.211-6, Brand Name or Equal
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-34, FOB Destination
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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 52.252-2, 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
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 1352.213-70, Evaluation Utilizing 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
CAR 1352.246-70, Place of Acceptance
(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, 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 Marking/Packing Instructions
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.
(1) 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.
(2) The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.
The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Wednesday, August 5, 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 2:00p.m. Mountain Time, Monday, August 3, 2015.