SOLICITATION NOTICE
66 -- 1 (One) each Nd: YAG LASER
- Notice Date
- 2/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH01-02-T-0313
- Response Due
- 3/18/2002
- Archive Date
- 4/17/2002
- Point of Contact
- Kenechukwu Anakor, (256)842-7379
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH01
(tony.anakor@redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are bei ng requested and a written solicitation will not be issued. Solicitation DAAH01-02-T-0313 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04 . this acquisition is UNRESTRICTED. DESCRIPTION OF REQUIREMENTS FOR THE ITEM TO BE ACQUIRED: 1 (One) each Nd: YAG LASER. SPECIFICATIONS: (1) Wavelength: 1064 nm, (2) Beam diameter: less than 2.0 mm, (3) Beam Divergence (full angle) less than 2.5 mrad, (4) Mode: TEM, (5) Polarization: Linear (Vertical), (6) Operation: CW, (7) Laser output power: greater or equal to 15 Watts, (8) Laser output power stability (after 30 minutes warm-up) less than + or - 1.0% rms, (9) Cooling System: Solid state temperatur e controller that maintains water temperature to within + or - 1(One) degree Fahrenheit of set point; vendor must specify temperature and flow rate requirements for the system, (10) Electrical Power Requirements: 110 VAC, 50/60 Hz or 208 VAC 3 phase, 50/60 Hz, current less than 43 Amp, (11) Laser head: Must have dust cover, (12) Required features: (a) Control unit: Control of current, output power, and shutter. (b) Closed loop active power stabilization system. (c) Sutter system. (d) Interlock system. (e) M anuals: Two complete sets of operation, maintenance, and repair manuals showing schematics of all electronics circuitry. (f) HeNe pointing laser aligned to be coaxial with the optical centerline of Nd: YAG output to be in alignment. (g) An indicator on the power station that specifies the refill requirements for deionized water and an external refill tube and reservoir for convenient servicing. (h) Capability to remotely open and close the shutter system. (i) Maintenance kit to include the following: 5 arc lamps, 3 lamp flow tubes, 2 lamp contact bands, and 1 deionized water filter cartridge. Bar code marking is not required. Required delivery is 90 days after contract award. Earlier delivery is acceptable and desirable at no additional cost to the Governme nt. Acceptance and Delivery FOB Destination. Commercial Warranty is reqiured. An evaluation shall be performed to determine if each proposal is technically acceptable. A technically acceptable proposal must clearly show that the offeror can meet the minimu m requirements of the Government. Each proposal will be reviewed to assure that each function included in the specification is addressed in the proposal. Therefore, each offeror must respond to each functional requirement of the specification. Provision 52 .212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addendum to 52.212-1 incorporates the statement 'All references to 'offer' and 'offeror' are hereby changed to read 'quote' and 'quoter' respectively.'Quotes will be evaluated accord ing to the lowest responsible responsive quote. All quoters shall include a completed copy of 52.212-3, Offeror Representations and Certification-Commercial Items, with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies t o this acquisition. Addenda to 52.212-4 incorporates the statement 'All references to 'offer' and 'offeror' are hereby changed to read 'quote' and 'quoter' respectively.' Clause 52.212-5, Contract Terms and ConditionsRequired To Implement Statutes or Execu tive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Handicapped Workers; 52.222-37, Employment Report on Special Disabled Veterans of the Vietnam Era; 52.225 -3, Buy American Act Supplies, cited in 52.212-5 are applicable to this acquisition. Other FAR clauses that apply to this acquisition: 47.305-10(b), 52.246-16, Responsibilty for Supplies, 52.242-34, FOB Destination, 52.247-48, FOB Destination-Evidence of Shipment. All quotes are due no later than 1630 pm CST on March 18, 2002 to the Commander, U.S. Army Aviation and Missile command, ATTN: AMSAM-AC-SM-T/Tony Anako r, Building 5303, WS 33C082, Redstone Arsenal, Alabama 35898-5280. Tony Anakor, Contract Specialist, e-mail tony.anakor@redstone.army.mil phone: (256) 842-7379, Ellis H. Bedwell, Contracting Officer, e-mail ellis.bedwell@redstone.army.mil Phone: (256) 876- 4152.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH01 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00027404-W 20020217/020215213213 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |