Federal Bid

Last Updated on 27 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Institute West virginia

Ultrafast Titanium Sapphire Pulsed Laser

Solicitation ID NB687080-16-03416
Posted Date 06 Aug 2016 at 2 AM
Archive Date 27 Aug 2016 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 Institute West virginia United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation, NB687080-16-03416, is issued as a Request for Quotation (RFQ). All communications and documents must include the solicitation number.

The potential quoter shall submit a Quote to be received no later than Friday, August 12, 2016 at 4 pm Mountain Time, and must include the following: Company name, address, phone numbers, DUNS number, itemized quote including all minimum specifications and options. Quotes shall be delivered via email to Angela Hitt, Contract Specialist, at [email protected].

Please direct any questions regarding this solicitation to Angela Hitt at [email protected] no later than Tuesday, August 9, 2016 at 2:00 pm Mountain Time.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 750 employees. This is unrestricted and all interested parties may submit a quotation. It is being issued using the simplified acquisition procedures under the authority of FAR 13.

This combined synopsis/solicitation is for the following commercial item:

CLIN 0001: One (1) Ultrafast Ti: Sapphire Laser, including installation per the attached Specifications.

Description of requirements for the item to be acquired:

National Institute of Standards and Technology's (NIST) Division 687 requires an ultrashort pulse (i.e. ultrafast) Ti:Sapphire laser. The wavelength, pulse duration, and bandwidth of the laser output must be compatible with existing regenerative and cryogenic laser amplification stages located at the NIST Boulder laboratories. Further, the Ti:Sapphire laser must include features to improve its stability and reliability for long-duration operation. The Ti:Sapphire laser must also include features to reduce maintenance by the operator.

TECHNICAL SPECIFICATIONS:

The Contractor shall provide one (1) Ultrafast Ti: Sapphire Laser, including installation and training per the attached Specifications.

The required delivery date is 20 weeks ARO for hardware and 4 weeks after hardware is delivered 4 weeks for installation of hardware. FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. Shipping information will be provided at time of Award.

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. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating.

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, past performance and deliverable schedule.

FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown 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. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-28, Post Award Small Business Program Re-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
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
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
52.233-3, Protest After Award
52.233-4, Applicable Law of Breach of Contract Claim

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
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 52.225-18 - Place of Manufacture
FAR 52.232-15, Progress Payments Not Included

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

FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
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
(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
Microfabrication Facility
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-10 Delivery Instructions
Contractor shall coordinate delivery (including installation) with the Technical Information Contact identified herein.

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.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Feb 2012 at 1 PM
Institute West virginia 27 Jul 2016 at 3 PM
Institute West virginia 01 Aug 2016 at 3 PM
White sands missile range New mexico 29 Jan 2015 at 2 PM
Location Unknown 08 May 2008 at 5 PM

Similar Opportunities

Rock island Illinois 09 Jul 2025 at 7 PM
Arlington Virginia 09 Jul 2025 at 4 AM
Columbus Ohio 11 Jul 2025 at 4 AM