SOLICITATION NOTICE
66 -- Cold Atom
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2118A001
- Archive Date
- 9/13/2012
- Point of Contact
- Renate Schuler, Phone: 5058464672, Rafaela Kovacs, Phone: 5058467691
- E-Mail Address
-
renate.schuler@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil
(renate.schuler@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- 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 requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334516, Analytical Instrument Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD2118A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012. The Government intends to award one (1) contract with five (5) contract line item numbers (CLIN) for the following: CLIN 0001: Pump Laser 1 each • Pump Laser and Ti:Sapphire laser must be from the same manufacturer and include all required control electronics • Ultra compact high power, Diode pumped solid state laser producing > 15W of CW (TEM00, M2 of <1.1) output power at 532 nm with low optical noise (<0.04%rms). Features sealed x-cavity design pumped by the new ProLite TM series diod, two 40 W diode bars derated for long lifetime. System includes FCBar J series rack mountable power supply, remote control, and full two (2) year/unlimited hours warranty. Operates on 110/220V ac (<20 A), single phase power. Desired Delivery Date: 1 October 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0002: Water Chilling System 1 each • Any required water chilling will be provided • Must be compatible with pump laser and/or Ti:Sapphire laser as required • Standard 120 volt chilled Desired Delivery Date: 1 October 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0003: Titanium: Sapphire Laser 1 each • System must deliver continuous wave (CW) power from 689nm to 1030 nm with as few optics changes as possible. More optical component changes lengthen the time needed to adjust the laser and heightens the chances of damage. • Must deliver CW power from 775 nm to 860 nm, with no optical component changes. • Must deliver optical power greater than 3.5 Watts at 780nm, 795nm, 815 nm, and 852nm, more power is better. o Must deliver greater than 2 Watts at 922 nm o Must deliver greater than 1 milliwatt at 689 nm • Must have 20 GHz mode-hop free scan range. • Must output into a TEM00 spatial mode • Polarization must be linear with an extinction ratio less than 1/100 • The frequency line-width of the laser at output must be less than 100 kHz • Amplitude noise must be less than 2% RMS and preferably less than less than 1% • Must include all electronics, pump lasers, and water chiller to complete system operation. Pump laser and Ti: Sapphire laser must be from the same manufacturer. o Must include external error signal input for locking the laser to an external reference (usually saturated absorption spectroscopy in an atomic vapor or a Fabry-Perot cavity fringe) o The bandwidth of this lock input should be faster than any acoustic resonance in the system, typically 10 to 100 kHz acoustic resonances require 1 to 10 MHz bandwidth • The cavity should be built out of a monolithic block for stability and lower sensitivity to vibrations. This excludes "breadboard" systems. • System shall have available service plan that will repair or replace damaged components. The service should be from the manufacturer, not third party. • Manufacturer shall have available commercial frequency doubling module for future upgrades. Desired Delivery Date: 1 October 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0004: Millennia Legs 1 each • Legs to adjust beam height of laser system Desired Delivery Date: 1 October 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0005: RP-030 1 each • Half waveplate for pump. Desired Delivery Date: 1 October 2012 FOB: Destination Inspection and Acceptance: Destination The following provisions and clauses apply to this solicitation: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms & 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, 52.219-28, 52.222-3, 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.225-1, 52.232-33 ; FAR 52.215-1, Instructions to Offerors - Competitive Acquisition; FAR 52.219-1, Small Business Program Representations Alt I; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification; FAR 52.233-1, Disputes; FAR 52.249-1, Termination for the Convenience of the Government (Fixed Price)(Short Form). DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004 Alt A, Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items within DAFRS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Programs; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment requests; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 (ALT3), Transportation of supplies by sea; DFAR 252.232-7010 Levies on Contract Payments. AFFARS 5352.201-9101 Ombudsman Provisions and clauses incorporated by full text: FAR 52.212-3, Offeror Representations and Certification-Commercial Items, Alt I, (Apr 2011) (all offerors shall include a completed copy of this provisions with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of lowest price technically acceptable. All payments are to be paid via the Internet 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 the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) Database in order to receive an award. If you can register with CCR at (888) 227-2423 or through the CCR website at http://www.ccr.gov and ORCA at https://orca.bpn.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2118A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02819848-W 20120801/120730235509-32f81463e5ec8bf5d6b9e44c7fae5257 (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 |