SOLICITATION NOTICE
66 -- Diode Lasers
- Notice Date
- 4/16/2008
- Notice Type
- Presolicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017408M0096
- Response Due
- 4/28/2008
- Point of Contact
- Audrey Cosgrove 301-744-6650
- Description
- This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This acquisition is a 100% set aside for small business. Offerors other than small businesses are also invited to submit proposals. If no acceptable offers are received from small business, the set aside will be automatically dissolved and offers received from other than small business may be considered for award. This solicitation N00174-08-M-0096, is the only written solicitation which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code is 334413 and the size standard is 500. The offeror shall provide a firm-fixed-price offer for diode la! sers with the following characteristics: All lasers must be able to operate at specified power (after fiber-coupled) when powered by an 80A, 10V (compliance voltage) power supply (maximum power 800W), include a device (such as a thermocouple) to monitor laser temperature and include a low-power visible aiming beam for alignment. The 976 nm diode laser: center wavelength between 973 and 979 nm; spectral width 1-4 nm; at least 35W continuous-wave power. The 1380 nm diode laser: center wavelength between 1370 and 1390 nm; spectral width 7-14nm; at least 14W continuous-wave power. The 1470 nm diode laser: center wavelength between 1465 and 1475 nm; spectral width 7-14 nm; at least 14W continuous-wave power. The thermoelectric cooler which can be used interchangeably with any of the three lasers to cool lasers when used at up to 50% of specified laser power. Must include cooling unit to be attached to laser, power supply, and controller. Liquid-based chiller which can be used in! terchangeably with any of the three lasers while achieving the specified laser powers. Must also include cooling unit to be attached to lasers; and chiller. DELIVERY FOB destination, 12 weeks after effective date of order. The following provisions apply: 52.212-1 (Instructions to Offerors-Commercial) 52.212-4 (Contract terms and conditions-commercial items) Addendum to 52.212-4, DFARS 252.211-7003 (Item Identification and Valuation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items 52.212-2, Evaluation-Commercial Items: the evaluation factors are as follows listed in descending order of importance, unless otherwise stated. Factor 1 - Technical: The evaluation shall consider offerors ability to meet minimum specifications. Offerors shall provide a copy of the complete technical specifications. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TE! CHNICAL INFORMATION. Factor 2 Past performance: Offeror shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government shall utilize other sources for past performance information as available. Factor 3 Price: Offeror shall provide pricing to include any warranty, installation and delivery to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. The Government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal, a completed copy of FAR 52.212-3, Offeror Representations and Certification-Commercial Items (June 2003) or ORCA showing the above referenced NAICS code. Resp! onses must be received no later than 3:00 p.m. EST on 28 APRIL 2008. Provide responses to Audrey Cosgrove, Code C13D, NAVSEA Indian Head Division, Procurement Department, 4072 North Jackson Road, Building 1558, Suite 132, Indian Head, MD 20640-5115. Responses can also be sent via email to: audrey.cosgrove@navy.mil. Any questions regarding this combined synopsis/solicitation should be directed to Audrey Cosgrove at 301-744-6650.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=248ec6659bd9c80a2af8235ffa1c43ac&tab=core&_cview=1)
- Record
- SN01554866-W 20080418/080416215254-b66030ae726dfb89505ee4b49bba74bc (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 |