Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
SOLICITATION NOTICE

66 -- Laser Beam Profiler/Analyzer

Notice Date
3/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2KBAF7072A002
 
Response Due
3/29/2007
 
Archive Date
4/13/2007
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334516, Size Standard 500. Solicitation/Purchase Request number F2KBAF7072A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular Fac 2005-15 effective 12 Feb 2007. The Government intends to award the following (CLIN 0001) Laser Beam Profiler/Analyzer with 12 bit digital camera, 14mm x 14 mm aperture or greater, 14um pixel size or smaller, resolution 1024 x 1024 or greater, C or F mount adaptors, frame rate of 15 frames per second or greater, linear gain and operating in the wavelength range of 1um. Computer interface, cables and software visualization and processing of laser beam profile data. Software interface should be capable of at least: Auto calibration relative to background such that 2nd moment of noise is zero. Zoom to region of interest. 2D and 3D displays of beam profile up to camera frame rate. LabVIEW virtual instruments. WIndows XP compatible. Cross section beam profiles along X, Y axis, major and minor elliptical axes. Should be able to calculate total energy, peak power or energy density, peak and centroid, beam width by 2nd moment, knife edge, percent of peak, percent of total energy,Gaussian fit per ISO 13694, Intensity distribution, divergence angle, row and column summing, elliptical major and minor axes and beam radii. Should be able to accept software apertures of circle, ellipse, square and rectangle to limit calculations. Should be able to average measurements over multiple frames and calculate statistical parameters like mean and standard deviation of calculated quantities. Computer hardware interface should be USB 2.0 or firewire compatible for interface with existing computer hardware. QUANTITY: 1 EA DESIRED DELIVERY DATE: 27 APR 07 FOB: DESTINATION Inspection and Acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value, price and other factors (technical specifications). FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.204-7, Central Contractor Registration. 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. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.222-3, 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33 Addendum to FAR 52.212-5: FAR 52.252-2, Clauses and 52.252-1, Solicitations and Provisions may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7001, 252.204-7004-Alternate A, 252.232-7003, 252.247-7023-Alternate III] Addendum to DFAR 252.212-7001 252.225-7002. SPECIFICATIONS ARE PROVIDED FOR ITEM(S) SOLICITED. OFFERORS MUST PROVIDE TECHNICAL LITERATURE/DOCUMENTATION FOR ITEM(S) OFFERED FOR TECHNICAL EVALUATION. NO FURTHER REQUEST WILL BE MADE FOR THIS INFORMATION AND FAILURE TO SUBMIT MAY RESULT IN YOUR OFFER BEING ELIMINATED FROM AWARD CONSIDERATION. AWARD WILL BE MADE RELATIVE TO BEST OVERALL VALUE. BEST VALUE MAY INCLUDE, BUT IS NOT LIMITED TO: PAST PERFORMANCE, TECHNICAL CAPABILITY, QUALITY, TRADE-IN CONSIDERATIONS, PROBABLE LIFE, WARRANTY, MAINTAINABILITY AND PRICE. OFFERS MUST MEET MINIMUM SPECIFICATIONS BUT OFFERS WHICH EXCEED MINIMUMS MAY BE RATED MORE FAVORABLY. THE GOVERNMANT WILL NOT, HOWEVER, PAY AN UN- REASONABLE AMOUNT FOR ADDITIONAL TECHNICAL CAPABILITY AND WILL COMPARE ANY ADDITIONAL CAPABILITY TO ANY ADDITIONAL PRICE. SINCE THE GOVERNMENT IS INTERESTED IN OBTAINING THE BEST OVERALL VALUE, AWARD MAY NOT GO TO THE LOWEST OVERALL PRICE IF ANY FACTORS CONSIDERED JUSTIFY A HIGHER PRICE. NOT- WITHSTANDING THAT TECHNICAL CAPABILITY IS MORE IMPORTANT THAN PRICE, SHOULD ALL OFFERS APPEAR EQUAL, PRICE WILL BECOME THE DETERMINING FACTOR IN THE AWARD DECISION. WARRANTY-SUPPLIES: ITEMS OFFERED ARE WARRANTED FOR A PERIOD OF ___________AGAINST DEFECTS IN WORKMANSHIP AND MATERIALS. WARRANTY BEGINS UPON _____________________. NOTE: OFFEROR, IF OTHER THAN MANUFACTURER, HEREBY CERTIFIES BY SUBMISSION OF AN OFFER THAT ALL TERMS AND CONDITIONS OF THE MANUFACTURER'S WARRANTY ARE TRANSFERRABLE TO THE GOVERN- MENT. All payments are to be paid via theInternet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All offers are due no later than 29 MAR 07 (Eastern Standard Time) 3:00 PM. Offers may be mailed to 377 CONS/LGCB, ATTN: Joyce Powers, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, emailed to joyce.powers@kirtland.af.mil, or faxed to (505) 846- 8952 or the Contracting Officer: James Cochran; jim.cochran@kirtland.af.mil. ATTN: Joyce Powers ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 377 CONS/LGCA, 2000 WYOMING BLVD SE,, BLDG 20604, RM B-14, KIRTLAND AFB, NM
Zip Code: 87117-5606
Country: UNITED STATES
 
Record
SN01254963-W 20070322/070320220611 (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.