SOLICITATION NOTICE
60 -- Zero Order Quarter Waveplate - Attach #1
- Notice Date
- 7/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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
- FA8751-17-Q-0093
- Archive Date
- 8/5/2017
- Point of Contact
- Tabitha Haggart, Phone: 315-330-3787
- E-Mail Address
-
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Reps and Certs Document 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 (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 FA8751-17-Q-0093 is issued as a request for quotation (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation Unrestricted. The NAICS code is 333314 and small business size standard of 500 employees. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. Offerors submitting a same-brand part number configuration equal to the minimum equipment assortment listed below, or submitting otherwise equal products, must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: Line 1: • Item #: Z-10-A-.250-A-369.5 • Zero Order Quarter Waveplate: o Clear aperture: 10mm o Mounting: 12.7mm OD o Material: Crystal Quartz - Laser quality o Waveplate Thickness: ~ 1.64 mm o Transmitted Wavefront: λ/10 @ 632.8 nm o Surface Quality: 10-5 Scratch/Dig o Parallelism (Wedge): 0.5 arc seconds o Wavelength: 369.5 nm o Retardation: 0.250 waves @ 369.5 nm o Retardation Tolerance: ±0.005 waves @ 632.8 nm o Coating: Anti Reflective, R<0.12% per surface o Damage Threshold: 10 J/cm2, 20 nsec, 20 Hz; 1 MW/cm² CW @ 1064 nm o Construction: Air Spaced QTY-20 Line 2: • Item #: Z-10-A-.500-A-369.5 • Zero Order Half Waveplate o Clear aperture: 10mm o Mounting: 12.7mm OD o Material: Crystal Quartz - Laser quality o Waveplate Thickness: ~ 1.64 mm o Transmitted Wavefront: λ/10 @ 632.8 nm o Surface Quality: 10-5 Scratch/Dig o Parallelism (Wedge): 0.5 arc seconds o Wavelength: 369.5 nm o Retardation: 0.500 waves @ 369.5 nm o Retardation Tolerance: ±0.005 waves @ 632.8 nm o Coating: Anti Reflective, R<0.12% per surface o Damage Threshold: 10 J/cm2, 20 nsec, 20 Hz; 1 MW/cm² CW @ 1064 nm o Construction: Air Spaced QTY-20 Line 3: • Item #: Z-10-A-.250-A-935 • Zero Order Quarter Waveplate: o Clear aperture: 10mm o Mounting: 12.7mm OD o Material: Crystal Quartz - Laser quality o Waveplate Thickness: ~ 1.64 mm o Transmitted Wavefront: λ/10 @ 632.8 nm o Surface Quality: 10-5 Scratch/Dig o Parallelism (Wedge): 0.5 arc seconds o Wavelength: 935 nm o Retardation: 0.250 waves @ 935 nm o Retardation Tolerance: ±0.005 waves @ 632.8 nm o Coating: Anti Reflective, R<0.12% per surface o Damage Threshold: 10 J/cm2, 20 nsec, 20 Hz; 1 MW/cm² CW @ 1064 nm o Construction: Air Spaced QTY-10 Line 4: • Item #: Z-10-A-.500-A-935 • Zero Order Half Waveplate: o Clear aperture: 10mm o Mounting: 12.7mm OD o Material: Crystal Quartz - Laser quality o Waveplate Thickness: ~ 1.64 mm o Transmitted Wavefront: λ/10 @ 632.8 nm o Surface Quality: 10-5 Scratch/Dig o Parallelism (Wedge): 0.5 arc seconds o Wavelength: 935 nm o Retardation: 0.500 waves @ 935 nm o Retardation Tolerance: ±0.005 waves @ 632.8 nm o Coating: Anti Reflective, R<0.12% per surface o Damage Threshold: 10 J/cm2, 20 nsec, 20 Hz; 1 MW/cm² CW @ 1064 nm o Construction: Air Spaced QTY-20 Line 5: • Item #: A-10-A-.250-A-2 • Achromatic Quarter Waveplate: o Substrate material: crystal quartz & MgF2 o Retardance: λ/4 o Retardation tolerance: λ/100 over wavelength range o Clear aperture: 10 mm o Mounting: 12.7mm OD o Temp coefficient of retardation: < λ/500 per °C o Wavelength range: 700-1000 nm o Transmitted wavefront distortion: λ/4@633 nm o Surface quality: 20/10 scratch dig o Beam deviation: 0.5" o Parallelism: <1 arc minute o AOI range for < 1% change in retardance: +/-3° o Optical axis: Marked on the mounting ring o Temperature storage range: -40°C to +75°C o Damage threshold: 2J/cm2 (8 ns pulse@1064 nm); 500 kW/cm2, CW o Coating: Ravg<0.6% at 700-1000 nm per surface QTY-5 Line 6: • Item #: A-10-A-.500-A-2 • Achromatic Half Waveplate: o Substrate material: crystal quartz & MgF2 o Retardance: λ/2 o Retardation tolerance: λ/100 over wavelength range o Clear aperture: 10 mm o Mounting: 12.7mm OD o Temp coefficient of retardation: < λ/500 per °C o Wavelength range: 700-1000 nm o Transmitted wavefront distortion: λ/4@633 nm o Surface quality: 20/10 scratch dig o Beam deviation: 0.5" o Parallelism: <1 arc minute o AOI range for < 1% change in retardance: +/-3° o Optical axis: Marked on the mounting ring o Temperature storage range: -40°C to +75°C o Damage threshold: 2J/cm2 (8 ns pulse@1064 nm); 500 kW/cm2, CW o Coating: Ravg<0.6% at 700-1000 nm per surface QTY-10 Line 7: • Item #: 4525-0295 • Laser Mirror: o Material: UV Fused Silica o Diameter: 12.7 mm o Thickness: 6.35 mm o Wavelength: 369.5 nm o Clear Aperture: ≥ 85% of central diameter o Surface Figure: S1-λ/10 @ 633 nm before coating. o Surface Quality: S1, 10-5; S2, commercial polish o Concentricity: ≤ 0.05 mm o Radius Tolerance: ±0.5% o Angle of Incidence (AOI): 45º o Reflectivity at 45º: R≥98.5% for p- polarization, R≥99.0% for unpolarized, and R≥99.5% for s- polarization o Coating Design: Accommodate pulse lengths of > 130 fs o Damage Threshold: Pulsed, 3.0 J/cm^2, 7 nsec, 20 Hz @266 nm o Bandwidth Tolerance: +0/-10% typical o Center Wavelength Tolerance: ±3% o Coating Technology: Electron beam, multi layer dielectric o Adhesion and Durability: Per MIL-C-675C o Insoluble in lab solvents QTY: 60 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 10 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM, (Eastern Time) 21 July 2017 Submit to: AFRL/RIKO, Attn: Tabitha Haggart 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered, including warranty terms and place of manufacture. (b)(11) 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; and waive informalities and minor irregularities in offers received. (k) 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. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price All evaluation factors other when combined are approximately equal. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 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 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-0001, Line Item Specific: Single Funding 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Kimberly L. Yoder, kimberly.yoder@us.af.mil, (937)255-4967 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-C9 All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-Q-0093/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
- SN04580386-W 20170716/170714235211-22c7dcd00c535d26e4980f891f4fc450 (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 |