Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2003 FBO #0534
SOLICITATION NOTICE

66 -- Picosecond-Pulsed Laser System

Notice Date
5/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DABJ05-03-T-0517
 
Response Due
5/27/2003
 
Archive Date
7/26/2003
 
Point of Contact
Brenda Fletcher, 410-278-8675
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(fletcher@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 a re being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500. The Requisition Number is W23MWP-3127-0002. The combined synopsis/solicitation number is DABJ05-03-T-0517. CLIN 0001- QTY 1, Picosecond-Pulsed Laser System with installation, operator training and standard warranty. The contractor shall provide copies of those pertinent manuals for all components/system. The manuals shall consist of operation, procedures, maintenance instru ctions, repair parts list, schematic drawing or wiring diagrams for electrical equipment, warranty and calibration/adjustment procedures. The following are the minimum salient characteristic for the picosecond-pulsed laser: Size of Laser head width not to exceed 43cm, Size of Laser head length not to exceed 1.5m, Allowed cooling water temperature must be 10-20????C, Required cooling water flow not to exceed 2.65 gallons per minute, Voltage requirement not to exceed 208V, Rep rate must be 20 Hz or lower, Mu st include all of the following wavelengths (nm): 266, 355, 532, 1064, Must be able to operate at all of following pulsewidths (picoseconds): 35, 50, 100, 200,. No pulsewidths allowed greater than 200 ps, Additional pulsewidths are allowed below 35 ps, b ut are not required, Energy per pulse at 1064 nm must be 50 mJ or greater, Energy per pulse at 532 nm must be 25 mJ greater, Energy per pulse at 355 nm must be 5 mJ or greater, Energy per pulse at 266 nm must be 2 mJ or greater, Repetition rate must be 20 Hz or lower, Beam diameter must be greater than 6 nm, Beam shape must be a Gaussian beam, Beam divergence must be 0.9 mrad or less. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Provi ng Ground, MD 21005. The provision at FAR 52.212-1, Instructions to Offerors--Commercial, applies to this solicitation. The provision at FAR 52.212-2, Evaluation--Commercial Items is applicable to this solicitation. The specific evaluation criteria to b e included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance, when combined are significantly more important than cost or price. The government is not responsible for locating or sec uring any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear descrip tion of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government age ncies. Past performance will consider the ability of the offeror to meet delivery schedules, warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone n umber. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-70 00, Offeror Representation and Certification with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Ex ecutive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 240 2); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 ( d)(2) and (3)); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222 -35 Equal Opportunity For Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers wit h Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (May 1999). The clause DFAR 252.204-7004 Required Central Contractor Registration applies to this acquisition. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http:// www.arnet.gov/far, http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 27 May 2003 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Sus quehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering o nline at www.ccr.gov. Telephonic requests for the solicitation will not be honoured. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 612-5357, or via email brenda.fletcher@sbccom.apgea.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00324944-W 20030517/030515213550 (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 |
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.