Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2005 FBO #1454
SOLICITATION NOTICE

66 -- Tunable Laser System

Notice Date
11/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-F1JBAB5297A100
 
Response Due
11/22/2005
 
Archive Date
11/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. The associated North American Industry Classification System (NAICS) for this procurement is 334516 and the size standard is 500 employees. This requirement is a set aside for Total Small Business. The requirements of the laser are as follows: the laser must be a continously Q-switched pulse laser, must generate computer controlled wavelenghts varying from an ideal desired to continously tuning band of 210 - 2300nm, scan steps must be greater than 1nm, output energy pulse must be greater than or equal to at least .5mj, pulse width must be at less than 10ns per pulse, pulse repetition frequency must be at least 10hz, pulse energy stability within one standard deviation must be less than 5 percent, laser's linewidth less than or equal to 5cm^-1, laser beam will have a 1/e divergence of less than 2mrad, should be able to use closed cycle cooling, 208- 240 VAC single phase 60 Hz wall power, installed and configured to operate, product warranty of no less than 90 days, and include a user or operator's manual. The provision at FAR Part 52.212-1, Instruction to Offerors ? Commercial, applies to this acquisition. The following FAR provisions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.232-33, Mandatory Information for Electronic funds Transfer Payment; DFAR 252.204-7004, Required Central Contractor Registration and DFAR 252.232-7003, Electronic Submission of Payment Requests. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11), (12), (13), (14), (15), and (17). Firms that recognize and can provide the requirement described above are requested to submit a quote and provide technical capability proposal. Award will be made to the offeror whose offer represents the best value for the government. All responses received by the due date will be considered by the government.
 
Place of Performance
Address: Brooks City-Base, TX
Zip Code: 78235
Country: USA
 
Record
SN00933648-W 20051119/051117211917 (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.