Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOURCES SOUGHT

58 -- Electro-Optic Modulators

Notice Date
12/11/2014
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700015T0023
 
Archive Date
1/3/2015
 
Point of Contact
Grace A. Podoll, Phone: 7193332327, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
grace.podoll@us.af.mil, Diana.South@us.af.mil
(grace.podoll@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. This sources sought is issued as solicitation number FA7000-15-T-0023. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 333314 and the size standard in number of employees is 500. The purpose of this notice is to identify companies capable and qualified to provide 3 new Electro-Optic Modulators and Mounting Equipment with the stated specifications to the U.S. Air Force Academy. All businesses capable of providing the Electro-Optic Modulators and Mounting Equipment are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This will be a Brand Name or Equal acquisition. If an or equal system is provided, descriptive/specification literature must be submitted. Please indicate if a requirement is believed to be too restrictive and include an explanation of why it is resrictive, so we can discuss these concerns with our customer. A firm fixed price contract is anticipated to be awarded. The Conoptics Inc. Electro-Optic Modulators and Mounting Equipment or Equal System consists of the following salient characteristics: Item No. 0001 (3 Assembly) Conoptics Electo-Optic Modulators - model number 350-160-02 and Mounting Equipment: Modulator Mounts - model number 102 and DC-to-30 MHz Bandwidth, 8ns Rise/Fall Time 175V Output - model number 25D or Equal System: Equal to or better than the following characteristics: Please indicate whether or not the following requirements can be met and if not explain why. Meet Does Not Meet Three (3) electro-optic modulators Capable of operation from 780 to 900nm wavelength On/off contrast ratios of greater than or equal to 100:1 An aperture diameter of 1-4 mm Able to accept laser powers of up to 1 W/cm2 Included optical polarizers Three (3) amplifiers to work with the above mentioned electro-optic modulators A bandwidth of DC to greater than 10 MHz Rise and fall times of less than 10 nsec. An output voltage of 150 V or greater Capable of digital operation Included shielded coax wires for connections between amplifier and electro-optic modulator Three (3) of the mounting hardware for the above electro-optic modulators Ring mounts for each electro-optic modulator with roll, pitch and yaw adjustment A vertical positioning stand An included modulator alignment tool IUID labeling shall be included IAW DFARS 252.211-7003 Item Unique Identification and Valuation. All potential offerors are reminded, in accordance with Federal Acquisition Regulation (FAR) 52.212-4(t), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to USAF Academy, CO 80840. The specifications for this requirement are included. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Appropriate written information and/or data supporting your capability to provide the stated Electro-Optic Modulators and Mounting Equipment assembly. 4. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to the acquisition not included below). a. How long have you been in business? b. Have you provided this item in the past? c. Are you a manufacturer or supplier of the item? d. What is your lead-time for delivery? e. Have you ever performed Government contracts? f. What are your payment/discount terms? Do you offer an educational discount to universities? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Where are the components manufactured? i. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. j. Are operating and maintenance manuals, or any other items, included? k. Do you offer warranty coverage? If yes, provide further details. l. What is the cost for the IUID labels? IAW DFARS 252.211-7003 Item Unique Identification and Valuation. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the item described herein. If your firm is capable and qualified to provide the Electro-Optic Modulators and Mounting, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 19 December 2014, 1:00 p.m. Mountain Time by e-mail. Questions and responses should be addressed to the primary contact, Grace Podoll, Contracting Specialist, 719-333-2327 or grace.podoll@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700015T0023/listing.html)
 
Place of Performance
Address: TRANSPORTATION OFFICER - FE7000, TRANSPORTATION OFFICER, 8110 SECURITY DRIVE, STE 11, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03593616-W 20141213/141211234425-8ae6874f1388986c1c6746f6e6111825 (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.