SOLICITATION NOTICE
66 -- Ultrahigh Resolution (UHR) Stimulated Brillouin Scattering - Optical Spectrum Analyzer (SBS-OSA)
- Notice Date
- 11/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBFP2180A001
- Archive Date
- 1/11/2013
- Point of Contact
- Jan M Holbrook, Phone: 937- 522-4609, Regina R. Robinson, Phone: 937-522-4548
- E-Mail Address
-
jan.holbrook@wpafb.af.mil, Regina.Robinson@wpafb.af.mil
(jan.holbrook@wpafb.af.mil, Regina.Robinson@wpafb.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; offersare being requested and a written solicitation will not be issued. This solicitation Number F4FBFP2180A001 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The associated NAICS Code is 333314, Optical Instrument and Lens Manufacturing. The size standard is 500 employees. This is a full and open competition. This RFQ has one line item described as follows: Ultrahigh Resolution Stimulated Brillouin Scattering - Optical Spectrum Analyzer that meets the following characteristics: 1) Operational wavelength range: 1520 - 1610 nm 2) Wavelength accuracy: + 5 pm 3) Spectral resolution (FWHM): <10 MHz 4) Dynamic range @ + 200MHz ( + 1.6 pm at 1550 nm): 40 dBc 5) Power level measurement range: -70 to +10 dBm 6) Power level measurement accuracy: <0.5 dB 7) Acquisition time (2000 points over 3 nm range): <1 sec 8) Optical Input: FC/PC or FC/APC 9) Simultaneous measurements of both primary polarization states 10) External tunable laser access 11) Automatic calibration 12) User interface software features The following clauses and provisions apply: FAR 52.204-99 (Dev) System for Award Management Registration (AUG 2012); DFARS 252.225-7013 Duty-Free Entry (JUN 2012); FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012); FAR 52.212-2 Evaluation, Commercial Items - Award will be based on overall best value to the Government. The following vectors shall be used to evaluate offers: Technical Acceptability (will be evaluated on a pass/fail basis) and price. Technical Acceptability is approximately equal to price; FAR 52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items (Nov 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2012)(Deviation) with the following clauses checked: FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)(31 U.S.C. 6101 note), FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)(section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, Section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161), FAR 52.219-28 Post Award Small Business Program Representation (APR 2012)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration(Oct 2003) (31 U.S.C. 3332); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2012) with the following clauses checked: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (Section 847 of Pub. L 110-181), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) The Government will make an award from this RFQ to the responsible offeror whose offer will be the most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of an offer, the offeror acknowledges the requirements that a prospective awardee must be registered in the System for Award Management Registration (SAM) prior to award, during performance, and through final payment of any contract (resulting from this solicitation. Point-of-Contact is Jan Holbrook (937) 522-4609. Offers can be emailed to jan.holbrook@wpafb.af.mil or to Alternate Regina Robinson at regina.robinson@wpafb.af.mil. All offers are due by 12:00 pm (noon) Eastern Time, December 11, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFP2180A001/listing.html)
- Place of Performance
- Address: 3005 Hobson Way, Bldg. 561 Room 257, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02937609-W 20121129/121127234348-16802dc496c8bd04d459ec7d7e49d13c (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 |