Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOLICITATION NOTICE

66 -- Custom Mid-Infrared Lenses

Notice Date
6/12/2025 6:02:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-RFQ-25-7301372
 
Response Due
6/26/2025 9:00:00 AM
 
Archive Date
07/11/2025
 
Point of Contact
Collin Randall, Phone: 3019756728, Lauren P. Roller, Phone: 3019753062
 
E-Mail Address
collin.randall@nist.gov, lauren.roller@nist.gov
(collin.randall@nist.gov, lauren.roller@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) 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 2025-04 dated June 11, 2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 � Commercial and Service Industry Machinery Manufacturing. The small business size standard of 1,000 Employees. This is a total small business set-aside competition. Only small businesses under the applicable NAICS code are eligible to respond. DESCRIPTION OF REQUIREMENTS Background The Production Systems Group (PSG) at the National Institute of Standards and Technology (NIST) conducts research in metals-based additive manufacturing (AM) to develop and deploy advances in measurement science that will enable rapid design-to-product transformation. In collaboration with NIST and outside scientists, the group develops, analyzes, and applies related control and monitoring methods and tools for AM measurement science at NIST. A Fundamentals of Laser-Matter Interaction (FLaMI) testbed was developed for this purpose. The FLaMI system is a fully custom, open laser processing system to advance understanding of laser-matter interaction physics, monitoring, and metrology research. Objectives The objective of this requirement is to upgrade the FLaMI system to work with high resolution, off-normal imaging optics in the near-infrared (NIR) and short-wave infrared (SWIR) spectra by acquiring custom MIR lenses. Scope of Work Please see the attached Statement of Requirements. PERIOD OF PERFORMANCE / DELIVERY REQUIREMENTS Delivery shall be FOB Destination and shall occur no later than 10 weeks after contractor receipt of order. CONTRACT TYPE & PAYMENT TERMS A firm fixed price purchase order is anticipated. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov Questions must be received by or before Friday June 20, 2025, at 12:00 PM ET. Any responses to 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). DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov. Submission must be received not later than Thursday June 26, 2025, at 12:00 PM ET. Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. �ID Assigned� is not acceptable; registration must be �Active.� INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1) The Quoter�s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter�s name, System for Award Management Unique Entity Identifier (UEI) number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Quoter�s technical response. The technical response (not including table of contents, figures, schematics, cut sheets, or corporate information) shall not exceed five (5) single-spaced, single sided pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format. The technical response shall include the name, title, phone number, and email address of the Quoter�s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary). The technical response shall include: A description of the proposed product specifications and capabilities as it relates to the requirements identified in the Requirements Document, including the warranty. Delivery details, including delivery timeframe and method (i.e., FOB Destination). Volume 2: Price Quotation This volume shall contain the Quoter�s price quotation in read-only Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth. Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line-item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close. Price quotations shall include unit pricing and total cost, inclusive of the required commercial product, shipping and delivery, training, and warranty. To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed fixed price by item quoted and shall separate delivery and training pricing from the rest of the quote. CONTRACT LINE-ITEM STRUCTURE: Responsible Quoters shall provide pricing for the following line item: LINE ITEM 001: NIR Doublet (2�) in accordance with the attached Statement of Requirements LINE ITEM 002: NIR L2 Singlet (2�) in accordance with the attached Statement of Requirements LINE ITEM 003: NIR L3 Singlet (2�) in accordance with the attached Statement of Requirements LINE ITEM 004: SWIR L1 Singlet (2�) in accordance with the attached Statement of Requirements LINE ITEM 005: SWIR L2 Singlet (2�) in accordance with the attached Statement of Requirements EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2) The Government intends to award a purchase order resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, is the Lowest Priced Technically Acceptable (LPTA) quotation. Quotations received will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Responses will be evaluated based on 1) contractor�s ability to meet the government�s minimum requirements stated in this notice and on 2) ability to deliver the required items on an FOB Destination basis within the period of performance/lead time specified in the Requirements document. Responses to this solicitation must include clear and convincing evidence of the Quoters� capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation, including the delivery requirements. Under the lowest-price technically acceptable (LPTA) process, Quoters will be determined to be �technically acceptable� or �technically unacceptable� based on an evaluation of responses against the following factors to determine if, as submitted, the quotation is technically acceptable. (1) Technical Capability: The Quoter must indicate in its quotation the ability to provide all minimum product requirements identified in the Requirements document. (2) Schedule: The Quoter must indicate in its quotation the ability to meet the delivery requirements (delivery within 10 weeks ARO). The total cost of shipping, which includes any potential tariff cost, must be included in the total fixed-price quoted amount and contain delivery terms for FOB-Destination only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fc5d6ad9b3b4adfbc851fe97799e9d8/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07476195-F 20250614/250612230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.