400 watt fiber laser and collimator
CLASSIFICATION CODE: TITLE: 400 Watt Fiber Laser and Collimator RESPONSE DATE: April 10, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Todd Hill, Contracting Officer, (301) 9... CLASSIFICATION CODE: TITLE: 400 Watt Fiber Laser and Collimator RESPONSE DATE: April 10, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Todd Hill, Contracting Officer, (301) 975-8802 ________________________________________ 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 FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. Background Information: The Production Systems Group (PSG) at 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. Additive manufactured (AM) materials' unique attributes refer to crystallographic texture, grain size, materials phase evolution, and residual stresses that form during the build process and post-build heat treatment. Existing in-situ and ex-situ methods are woefully inadequate in characterizing the properties of AM materials. A laser processing diffraction testbed (LPDT) will be built to have similar capabilities to commercial laser powder bed fusion (LPBF) systems to realize synchrotron x-ray diffraction-based measurement methods applied in-situ to attain otherwise immeasurable, transient values for internal part temperature, microstructure evolution, and residual stress. This project will focus on the high speed, direct in-situ synchrotron X-ray transmission diffraction measurements that can infer temperature and materials evolution from location resolved volumes internal to the AM parts during the build process. Results from this effort will allow us to bypass the convoluted process of modeling microstructures and residual stresses from the modelled thermal history from surface temperatures. Measurements obtained will also allow for the development of new AM specific test methods, protocols, and provide reference data for model validation in areas associated with AM materials characterization and residual stresses. The LPDT will be designed and fabricated to have similar technical specifications and capabilities to commercial LPBF systems such as laser power and speed, spot sizes, build materials, etc... In addition, the testbed must be able to be installed in a synchrotron beamline (such as the Cornell High Energy Synchrotron Source). Components for the LPDT that cannot be fabricated in-house at NIST must be sourced from outside manufacturers. The LPBF process uses a focused laser spot to melt traces and layers of metal powder to form the 3-dimensional part. One of the main components required for external acquisition is a continuous wave (CW), single-mode, 400 W fiber laser. This laser will allow the LPDT to have similar laser process parameter space as commercially available LPBF systems. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. This solicitation is being competed under full and open competition. SCHEDULE OF REQUIRED ITEMS: The contractor shall provide the items as described in the following Contract Line Item Number (CLIN) structure: CLIN 0001: 400 W Fiber Laser / YLR-400-AC-Y14 CLIN 0002: D25, F85 Collimator, AC, HLC-8 CLIN 0003: Shipping SPECIFICATIONS: The supplied system shall consist of the following: 1) 400 watt, single mode laser system, including rack-mount amplifier and delivery fiber 2) a 85 mm focal length collimator 1. 400 W Laser Specifications 1.1. Optical Characteristics 1.1.1. Operation Mode: CW / Modulated 1.1.2. Polarization: Random / Un-polarized 1.1.3. Nominal Maximum Output Power: ? 400 W, ? 500 W 1.1.4. Emission Wavelength: 1070 nm at 400 W output power 1.1.5. Emission Linewidth: < 5 nm at 400 W output power 1.1.6. Short-term Power Instability: <2% rms at 10 kHz to 20 MHz frequency range, 1000 W power 1.1.7. Long-term Power Instability: Less than ±3 % at 1000 W and 4 hours operation 1.1.8. Switching ON/OFF Time Output power: 1000 W 30 50 ?s 1.1.9. Power Modulation Rate: up to 50 kHz at 1000 W 1.2. Optical Output 1.2.1. Beam Quality (M2): < 1.1 1.2.2. Fiber diameter: < 15 ?m 1.2.3. Output Fiber Termination: QBH-compatible connector 1.2.4. Beam Divergence: > 85 mrad and <115 mrad at full angle, 86% level 1.2.5. Delivery Cable Bending Radius: >80 mm 1.3. Electrical characteristics 1.3.1. Operating voltage: 200-240 VAC, single phase, 50/60 Hz 1.3.2. Max Power Consumption: 3500 W 1.4. General characteristics 1.4.1. Cabinet Dimensions: height < 225 mm (5 rack mount units) 1.4.2. Width/Mounting: 19" rack-mountable 1.4.3. Weight: <85 kg 1.4.4. Control: Full operation over RS-232, Ethernet, or touch-screen 2. Collimator Specifications: 2.1. Focal length: 85 mm 2.2. Focus resolution: Adjustable, better than ±10 ?m 2.3. Clamping diameter: 40 mm 2.4. Clamping length: 50 mm to 85 mm 2.5. Compatibility: Collimator must have demonstrated compatibility and operation with the laser system. A. Installation and Training Requirements. It is not necessary for the contractor to be available for installation nor training. B. Inspection, Acceptance & Testing Criteria NIST requires ten (10) business days after receipt of all items. Inspection will occur at the NIST site, and in addition to the criteria set forth in FAR 52.212-4(a), will insure the following: 1.) All requested items were shipped without damage 2.) Laser controller can power on. C. Warranty Standard manufacturer's 2-year warranty shall be provided at no additional cost. Standard warranty should include repair or replacement of defective products or components resulting from the manufacturing process, not including normal wear and tear. D. Maintenance support Not required as part of the contract. E. Contractor's Minimum Qualifications : N/A F. Government Furnished Property: N/A G. Shipment Time Shipment of laser and collimator should occur within 8 weeks ARO. H. Place of Performance Deliver to NIST Gaithersburg campus, building 233 loading dock. Training is not required with purchase. I. Deliverables One (1) 400 watt single-mode CW fiber laser system, and one (1) compatible 85 mm collimating lens PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive compensation and first-Tier Subcontract Awards 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 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later three days before the due date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 1352.233-70, Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Todd Hill, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clause_54 Electronic Billing NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of clause) Addendum to Far 52.212-1, Quotation Preparation Instructions: 1. Price Quotation- The Offeror shall propose a firm-fixed-price for the CLINs identified in the Schedule of Required Items. 2. Technical Quotation- Offerors shall provide sufficient documentation to demonstrate that all requirements of the Schedule of Required Items have been complied with. All offerors shall provide documentation to certify that they are authorized resellers or distributors of the product(s) they are proposing or are the Manufacturer. Award will not be made to any offeror without the requested documentation. 3. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation must clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. 1. Technical Capability An offeror's failure to quote all of the products/services listed above may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the offer being determined unacceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government's technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. All offerors must be authorized to sell and service the products they are proposing to the Government, by the original manufacturer(OEM) certified engineers or technicians. 2. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror's best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. Due Date and Response Information Offerors capable of meeting the requirement in this combined synopsis/solicitation should submit their quote in writing to: Brian Jamieson electronically at brian.jamieson@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than April 10, 2019, 10:00 am, EST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »