Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
MODIFICATION

66 -- Fiber Coupled Waveguide Module - Updated Specifications

Notice Date
3/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD4043A001
 
Archive Date
4/30/2014
 
Point of Contact
Katherine M. Dorn, Phone: 5058465883
 
E-Mail Address
katherine.dorn@us.af.mil
(katherine.dorn@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated specifications – Changes highlighted in yellow 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 a 100% small business set aside. The NAICS Code for this synopsis/solicitation is 333314, Size Standard 500 employees. Solicitation/Purchase Requisition Number F2KBAD4043A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-72, 30 Jan 14. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Numbers (CLIN): CLIN 0001 : Fiber Coupled Waveguide SHG module The item must meet the following specifications: • The purpose of this equipment is to convert a portion of laser light at 2128 nm center wavelength to exactly half that, 1064 nm through what is known as second harmonic generation (SHG) • The system shall consist of a polarization maintaining, single mode, fiber input and output, both with FC/APC connectors on a 10 centimeter pigtail • The second harmonic generation crystal shall either periodically poled lithium niobate (PPLN) or potassium titanyl tantalate (PPKTP) with an integrated waveguide structure • The input light will a maximum of 200 mW of 2128 nm light and the output should convert 10% per input Watt or more into the harmonic at 1064 nm. Therefore at 200 mW input of 2128nm, 10 mW of 1064 nm output is achieved • The crystal should be sealed in a box no larger than 4 inches x 2 inch x 2 inch excluding fiber input and output • The crystal should be temperature stabilized by an external temperature controller using PID feedback (controller provided by user). Therefore the system should include a thermistor temperature sensor and a thermoelectric cooler temperature control device. The device will need external electrical connections to access the temperature sensor and control device • The temperature should be stable to 1 deg C or less • Temperature control should require less than 10 Watts, and preferably less than 1 Watt • Temperature set point should be between 25 deg C and 75 deg C * Changes made to the specifications are bolded. The specifications have also been added as an attachment. This attachment shows the changes highlighted in yellow. * The response date has been changed to 2 Apr 14 QUANTITY: 4 UNIT OF ISSUE: Each MANUFACTURER.: AdvR, Inc. OR EQUAL DESIRED DELIVERY: 10 weeks ARO FOB: Destination Inspection and Acceptance: Destination CLIN 0002: Shipping and Handling to Kirtland AFB In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technical capability. Offerors will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Katherine Dorn, 8500 Gibson Blvd. SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: Katherine Dorn; or email to katherine.dorn@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://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. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 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, 52.232-33] FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (See Attachment) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7021, Trade Agreements DFARS 252.225-7036, Alt II Buy American-Free Trade Agreement-Balance of Payments Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions 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 AFFARS 5352.201-9101, Ombudsmen OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@us.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD4043A001/listing.html)
 
Record
SN03321105-W 20140328/140326235222-3ef0315a8d1f58cafdb0385a6999cd35 (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.