SOLICITATION NOTICE
66 -- Mid Infrared Laser
- Notice Date
- 8/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-04-R-0029
- Response Due
- 8/26/2004
- Archive Date
- 10/25/2004
- Point of Contact
- Barbara Gerace, (505)678-3579
- E-Mail Address
-
Email your questions to RDECOM Acquisition Center - Adelphi
(bgerace@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. (ii) The solicitation number is W911QX04R0029. This acquisition is issued as a request for proposal (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. (iv) The North American Industry Classification System (NAICS) code is 334516. (v) Item and specifications: Mid-Infrared Laser producing energy in the mid-infrared ba nd between 3-5 microns. Line width no greater than 50 nm FWHM. Minimum of two selectable lines in the 3-5 micron band. Tunability over a greater number of lines is desired. Continuous wave or quasi-continuous wave (pulsed). If pulsed, pulse repetition fr equency greater than or equal to 100,000 Hz. Adjustable pulse repetition frequency is desired. Average power 2 W or greater. If pulsed, maximum pulse width less than 20 nsec FWHM. Beam divergence less than or equal to 5 mrad full angle. Gaussian Beam great er than or equal to 90% fit in the far-field, greater than or equal to 70% fit in the near-field with a M2 of less than 1.3. Beam diameter less than or equal to 5 mm (1/e2). Power drift less than or equal to plus minus 10% after initial warm-up period of 1 hour or less. Pointing stability error less than 100 ????rad. Capable of producing vertically polarized beam with greater than or equal to 80% polarization ratio. Laser head dimensions less than 10 in H x 10 in W x 36 in L. Length of cabling between the laser head and auxiliary electronic equipment greater than or equal to 8 feet. System to be proven design that has been produced in numbers for a minimum of one year. Closed cycle system requiring no expendables. Turn key, i.e., minimum optical alignment should be required to optimize and operate the system. Include all required power supplies and auxiliary electronic equipment needed to operate with the exception of the external chiller for cooling the system. Operators manual providing guidance on all aspects of system operation. Minimum 1 year repair warranty. No charge on-site repair is desired during the warranty period. Operated on standard U.S. current, i.e., 115/230 VAC single phase or three phase 208 V, 50-60 Hz. (vi) Delivery is required no l ater than 90 days after award to FOB US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 88002-5513. (vii) The following FAR provisions/clauses apply: 52.212-1, Instructions to Offerors -- Commercial, 52.212-2, Evaluation -- Commercial Items and Criteria, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commerc ial Items. The following DFAR clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price.Technical and past performance are of equal importance and when combined ar e significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based upon information furnished by the vendor. The government is not responsible for locati ng or securing 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 materials (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement s of the solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Contractor shall submit technical specifications/salient characteristics of furnace system and a listing of required utilities. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and phone number. 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. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representation and certifications with its offer. (x) Offerors are due by COB on 26 August 2004 to bgerace@arl.army.mil. (xii) For information regarding this solicitation, please contact Barbara Gerace, Contracting Officer at bgerace@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road White Sands Missile NM
- Zip Code: 88002-5503
- Country: US
- Zip Code: 88002-5503
- Record
- SN00642623-W 20040814/040812212534 (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 |