SOLICITATION NOTICE
66 -- Photon Detector - Attach #1
- Notice Date
- 2/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-15-Q-0094
- Archive Date
- 3/5/2015
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@us.af.mil
(richard.childres@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Reps and Certs 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; quotations 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 amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-0094 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) 2005-78 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150129. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The applicable NAICS code is 334516 with a size standard 500 employees. The Government requires a turn-key, free-running photon counter designed and built to the following specifications: -Free-running InGaAs/InP single photon detector module with <50 Hz Dark count rate at 10% Quantum efficiency, <200 Hz Dark count rate at 20% quantum efficiency at 1.5 um, operating wavelength range of 900-1700nm, adjustable deadtime from 1us-100us, adjustable detector temperature from -50C to -100C, less than or equal to 5% afterpulsing probability, output pulse LVTTL, must meet these specs while operating in free running mode; SMF fiber input (FC/PC), quantity 4 (P/N id230-FR-SMF) -Pulse shaper: leading edge converted to a sharp negative pulse; consisting of A-PPI-D, 20 dB attenuator and SMA/BNC adapter, quantity 4 (P/N A-IDQ) -8 channel time to digital converter with 81 ps time resolution, count rates of 12.5 MHz,integrated coincidence counter, data transfer rates of 2.5 MHz, minimum pulse interval 5.5 ns, minimum pulse width 4 ns, input connectors BNC, LVTTL inputs, with GUI interface for Linux and Windows, quantity 1 (P/N id800-TDC) The parts items and required performance characteristics detailed above represent a technical solution that is known to fulfill the Government's requirement. Although the list of materials is based on id Quantique products, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution (reference FAR 52.212-1(b)(4)). The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. The offeror shall provide all items (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination and shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated date the contractor is expected to execute initial system start-up and commission for Government inspection is 30 days after contract award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 18 February 2015. Submit by email to richard.childres@us.af.mil or by mail to AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications of the named products. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Acceptability. The Government intends to award a contract to the lowest priced, technically acceptable offeror. TERMS AND CONDITIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2014); Alternate I (OCT 2014). The offeror is required to complete representations and certifications found in the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2014), ALT I (Oct 2014), paragraph (b), and at DFARS 252.209-7992 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations (Deviation 2015-OO0005) (DEC 2014). For your convenience all referenced certifications are attached to this solicitation, ATTACHMENT 1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2014), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEC 2014), 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 (JUL 2013) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) 52.219-28, Post Award Small Business Program Re-representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (JUL 2014) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (JUL 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.211-6, Brand Name or Equal (AUG 1999) 52.247-34 FOB Destination (NOV 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.211-7003, Item Unique Identification and Valuation (DEC 2013) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7031, Secondary Arab Boycott Of Israel (JUN 2005) 252.227-7015, Technical Data--Commercial Items (FEB 2015) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7017 Notice Of Supply Chain Risk (NOV 2013) 252.239-7018 Supply Chain Risk (NOV 2013) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.209-9001, Potential Organizational Conflict of Interest (OCT 2010) Requirement specific guidance is provided for the following clauses: Payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (A)LABEL: If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. (B)REGISTRY: Input the UID Type (UID1 or UID2), Issuing Agency Code (D), CAGE Code, Part/Lot/Batch #, Serial #, Unit Price, and Unit of Measure. Any costs associated in complying with these terms should be included in the cost of the contract. 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 DFAR 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 proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0094/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN03639880-W 20150213/150211234702-d85b0c5408ab493826f7b225b95d7e0a (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 |