Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
SOLICITATION NOTICE

40 -- LASER

Notice Date
7/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0275
 
Response Due
7/27/2015
 
Archive Date
9/18/2015
 
Point of Contact
crystal.demby, 301-394-5332
 
E-Mail Address
ACC-APG - Adelphi
(crystal.demby@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Place of Performance: US Army Contracting Command - Aberdeen Proving Ground Adelphi Contracting Division Building 1856 White Sands Missile Range, NM 88002 8. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-15-T-0275. This acquisition is issued as an RFQ (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) This acquisition is set-aside for N/A. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Laser (vi) Description of requirements: The laser shall provide continuous wave, single line output at 1064 nm. Bandwidth shall be no greater than 0.5 nm but no less than 0.01 nm. At full power, the laser shall have a minimum output level of 10 W and the output power shall be adjustable. The spatial mode shall be TEM00 (Gaussian) with a maximum M2 value of 1.5. Beam ellipticity shall be less than 20%. The beam size shall be 5 mm or less. The beam divergence (1/e2) shall be 3 mrad or less. The output shall be vertically linearly polarized to 100:1 or greater. Pointing instability of the laser shall be 10 urad or less after a 2 hour warm-up period. The laser shall exhibit no greater than 2% RMS variation in power. A power supply shall be included which provides stable, adjustable power. The laser shall operate from standard U.S. 110V and shall draw no more than 10A of current. The laser shall be permanently aligned and shall require no operation adjustment, i.e., turn-key operation. The maximum size of the laser head shall be 6 quote mark in width x 6 quote mark in height x 18 quote mark in length. The maximum size of the power supply shall be 18 quote mark in width x 15 quote mark in height x 20 quote mark deep. A chiller to cool the laser, if required, shall be integrated into the power supply. A means of mounting the laser to an optical table shall be provided. A minimum 1 year warranty period shall be provided Manuals detailing the operation of the laser shall be provided. (vii) Delivery is required by eight (8) weeks After Receipt of Order (ARO). Delivery shall be made to the Army Research Laboratory (ARL), Building 1856, White Sands Missile Range, NM 88002. Acceptance shall be performed at the ARL, White Sands Missile Range, NM 88002. The FOB point is White Sands Missile Range, NM 88002 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, 52.209-6, 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, (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 252.203-7000, 252.203-7005, 252.204-7011, 252.204-7012, 252.204-7015, 252.211-7003, 252.223-7008, 252.225-7035, 252.225-7036, 252.232-7003, 252.232-7010, 252.244-7000, 252.247-7023. 252.204-0009, 252.225-7002, 252.232-7006. This will be a Firm Fixed Price (FFP) award and the following local clauses apply to this acquisition: 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011) 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) AMC-LEVEL PROTEST PROGRAM (JUL 2011) US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 27 July 2015, by 11:59 A.M. ET, and shall be sent electronically to crystal.l.demby.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, crystal.l.demby.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36cbf4b090d60e274d80a01a3fbe2459)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: White Sands Missile Range White Sands NM
Zip Code: 88002
 
Record
SN03803471-W 20150722/150720235459-36cbf4b090d60e274d80a01a3fbe2459 (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.