SOLICITATION NOTICE
59 -- Collimator
- Notice Date
- 7/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-11-Q-0394
- Archive Date
- 8/6/2011
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0394 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110629. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total Small Business set-aside. The NAICS code is 333314 and small business size standard is 500 or fewer employees. The contractor shall provide the following line items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty terms and include shipping FOB Destination in the total price. Item 1: Fiber collimation package Qty: 26 each Description: FC/PC collimation package; wavelength=633nm; F=10.99mm; NA=0.25 (Thorlabs p/n F220FC-B OR EQUAL) Item 2: Rotational mount Qty: 24 each Description: Rotation mount for Ø1" optics with adjustable scale (Thorlabs p/n RSP1C OR EQUAL) Item 3: Aspheric collimator Qty: 10 each Description: Pigtailed aspheric collimators, single mode, 810 nm (Thorlabs p/n CFS11-810-FC-SP OR EQUAL) Item 4: Collimator adapter Qty: 26 each Description: adapter for SM1 series mounts (Thorlabs p/n AD11F OR EQUAL) Item 5: Half-wave plate Qty: 12 each Description: mounted zero-order half-wave plate at 808NM (Thorlabs p/n WPH05M-808 OR EQUAL) Item 6: Quarter-wave plate Qty: 12 each Description: mounted zero-order quarter waveplate at 808NM (Thorlabs p/n WPQ05M-808 OR EQUAL) Item 7: Cage mount, 16mm Qty: 12 each Description: threaded kinematic cage mount, Ø1/2" optics (Thorlabs p/n KC05-T OR EQUAL) Item 8: Cage plate Qty: 12 each Description: threaded cage plate, 0.35" Thick (Thorlabs p/n CP02 OR EQUAL) Item 9: Rotational mount Qty: 8 each Description: high precision rotation mount for Ø1" optics (Thorlabs p/n PRM1 OR EQUAL) Item 10: Threaded mount Qty: 20 each Description: threaded kinematic mount for thin optics (Thorlabs p/n KC1-T OR EQUAL) Item 11: Lens tube Qty: 12 each Description: stackable lens mount lens tube, L = 1", one retaining ring included; for Ø1" optics (Thorlabs p/n SM1L10 OR EQUAL) Item 12: Adjustable spanner wrench Qty: 1 each Description: adjustable spanner wrench (Thorlabs p/n SPW801 OR EQUAL) Item 13: Extension rod Qty: 50 each Description: cage assembly rod, 3" Long (Thorlabs p/n ER3 OR EQUAL) Item 14: Fiber translation stage Qty: 8 each Description: XYZ translation stage, 1" travel (Thorlabs p/n PT3 OR EQUAL) Item 15: Spanner wrench Qty: 1 each Description: spanner wrench with clear aperture for SM1 retaining rings (Thorlabs p/n SPW602 OR EQUAL) Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Brand name or equal quotes will be accepted in response to this solicitation. Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) FRIDAY 22 JUL 2011. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8401 or by email: to richard.childres@rl.af.mil. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) No past performance information is necessary. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE and TECHNICAL ACCEPTABILITY. When combined, both factors are of approximately equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 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 cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.225-7000, Buy American Act and Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0394/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02491061-W 20110708/110706235304-2317f0189766a28f82d44d75bff465bb (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 |