Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2006 FBO #1622
SOLICITATION NOTICE

58 -- DYE LASER

Notice Date
5/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ3060062KAR
 
Response Due
5/25/2006
 
Archive Date
5/27/2006
 
Small Business Set-Aside
Total Small Business
 
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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NRMJ3060062KAR. The proposed procurement is a Small Business set aside. NAICS Code: 334516. Small Business Size Standard: 500 Employees. The National Oceanic and Atmospheric Administration (NOAA) requires a dye laser with narrow linewidth and low super radiance for spectroscopic and photochemical studies. The dye laser will be pumped by a Nd:YAG laser with approximately 400 mJ per pulse at 532 or 160 mJ per pulse at 355 nm.(This laser is not part of this procurement.) The following specifications are necessary to meet NOAA?s needs: (1) the dye laser output must have a linewidth of less than 0.06 cm-1 at 560 nm, (2) the Super Radiance (ASE) must be less than 0.2% of the total dye laser output at the center of the dye curve, (3) the beam divergence must be < 0.5 mrad, (4) the energy of the dye laser at 560 nm when pumped with 400 mJ at 532 nm must be greater than 75 mJ per pulse, (5) the tunable wavelength range must be at least 420-900 nm, (6) a frequency stability of better than 0.1 cm-1 per hour per degree temperature change, (7) the wavelength repeatability must be better than 5 pm. Technical questions must be submitted in writing to the Contracting Officer by fax or by email. You may submit your quote by email, fax, or by mail. Quotes must be received on or before close of business May 25, 2006. Please include delivery schedule, business size, and Dun and Bradstreet Number. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered (delivery schedule); FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items ? Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/. Anticipated award date is May 30, 2006.
 
Place of Performance
Address: 325 BROADWAY, BOULDER, CO
Zip Code: 80305
Country: USA
 
Record
SN01040813-W 20060506/060504220457 (fbodaily.com)
 
Source
FedBizOpps 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.