Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

66 -- Pulsed, Q-Switched, Nd: YAG Laser System (QUANTITY: 1 each)

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Material Command Headquarters, HQ AFMC/PKX, 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
F4FBFN9071A001
 
Archive Date
4/22/2009
 
Point of Contact
Sue D Quillen, Phone: 937-522-4645
 
E-Mail Address
sue.quillen@wpafb.af.mil
 
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; quotes are being requested and a written solicitation will not be issued. This Solicitation No. F4F, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. The associated NAICS Code 334510. THIS ANNOUNCEMENT "MUST BE AWARDED" TO A SMALL BUSINESS MANUFACTURER, OR A SMALL BUSINESS--PROVIDING THE PRODUCT OF A SMALL BUSINESS MANUFACTURER. (100% SMALL BUSINESS SET-ASIDE COMPETITION) IF INTERESTED IN SUBMITTING A QUOTE, PLEASE SEND AN E-MAIL TO: Sue.Quillen@wpafb.af.mil This RFQ has one line item: Pulsed, Q-Switched, Nd: YAG Laser System (QUANTITY: 1 EACH) Location: United States Air Force Research Laboratory, Wright-Patterson AFB, OH The following clauses and provisions apply: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation, Commercial Items, award will be based on overall best value to the Government; FAR 52.212-3 and Alt I, Offeror Representations and Certifications- Commercial Items; 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 (Apr 2001)(Deviation); FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.219-6 Small Business Set Aside FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Co-operation with Authorities and remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Feb 1984) FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; FAR 52.222-37 Employment Reports on Special Disabled Vets; FAR 52.233-3 Protest After Award; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill-ins http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2001)Deviation DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 5352.242-9000, Contractor Access to Air Force Installations DFARS 5352.223-9001, Health and Safety on Government Installations The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. Point of contact is Sue Quillen, 937-522-4645. Quotes can be e-mailed to Sue.Quillen@wpafb.mil or faxed to 937-656-1412 Attn: Sue Quillen. All quotes are due NLT: COB, TUESDAY, 7 APRIL 2009. PULSED, Q-SWITCHED, Nd:YAG LASER SYSTEM SPECIFICATIONS: System shall have pulse energies of at least 250 mJ at 1064 nm when harmonic generation crystal is not used System shall have the capability for znd harmonic output at 532 nm with residual fundamental energy at 1064 nm available as a secondary output System shall have pulse energies of at least 100 mJ at 532 nm when harmonic generation crystal is used System shall have a pulse repetition rate of at least 10 Hz System shall have a pulsewidth of less than 10 ns System shall have a beam spatial profile in the near field (c1 m) of at least 0.70 fit to Gaussian (least squares fit to Gaussian profile), where a perfect fit would have a coefficient of 1. System shall have a beam spatial profile in the Far Field of at least 0.90 fit to Gaussian (least squares fit to Gaussian profile), where a perfect fit would have a coefficient of 1. System shall use a flashlamp pump system which should last for at least 30 million shots before replacement System shall include self-contained heat exchanger for cooling system without the need for external water cooling System shall use a programmable Q-Switch for variable repetition rate control and single shot operation System shall have a beam output with a divergence of less than 1.0 mrads System shall have an output beam diameter of less than 10 mm System shall have a beam pointing stability of better than 100 prads System shall have a jitter with respect to external trigger of 0.5 ns or less System shall have an energy stability of ?2% or lower at 1064nm and k4% or lower at 532 (shot-to-shot for 99.9% of pulses) System shall have a power drift of +3% or less at 1064nm and +5% or less at 532 (shot-to-shot for 99.9% of pulses) System shall have the capability of being upgradable with injection seeding at a later date to produce linewidths of better than 0.005 cm-1
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81ed6a8e1910693ee84f5cc46f126da7&tab=core&_cview=1)
 
Place of Performance
Address: United States Air Force Research Laboratory, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01782291-W 20090402/090331222343-81ed6a8e1910693ee84f5cc46f126da7 (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.