SOURCES SOUGHT
36 -- Laser Ablation System
- Notice Date
- 6/1/2020 3:17:48 PM
- Notice Type
- Sources Sought
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- N0025320Q0125
- Response Due
- 6/15/2020 4:00:00 PM
- Archive Date
- 12/15/2020
- Point of Contact
- Olivia K. Maund, Phone: 3603157851
- E-Mail Address
-
olivia.maund@navy.mil
(olivia.maund@navy.mil)
- Description
- In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is issuing this RFI/sources sought announcement as part of market research for the procurement of Adapt Laser Systems� 1000 Watt pulsed laser ablation coating removal equipment to include: 1 each - CleanLASER Model CL1000, portable LA System including standard commercial warranty, 3500 hours (or 1 year) of consumables, FOB destination delivery (freight), installation, and set-up. 1 each - Beam switch for 2 laser outputs 1 each - Beam way quick disconnect 1 each - Umbilical assembly with OSH80 (hand held) work head 1 each - Optional CleanMOTION MDS (Motion, Distance, Surface temperature) Sensor for OSH80 work head� 1 each - Optional Fume extractor plug on laser unit 1 each - Optional LFE 401 Fume extractor with spark arrestor 1 each - Optional LFE 401 Fume extractor hose extension 6 each - Optional Laser safety curtain 5 each - Optional Laser eye protection 1 each - Optional - Protection windows for OSH80 (hand held) work head 1 each - Optional � General protection window cleaning supplies 1 each - Optional � Laser resonator desiccant packs 1 each - Optional � Laser chiller particle filter 1 each - Optional � Laser chiller coolant 1 each - Optional � Fume Extractor particle filters 1 each - Optional � Fume Extractor activated carbon filters 1 each - Optional � Fume Extractor HEPA filters 1 each - Optional � Fume Extractor ULPA filters 1 each - Optional � Annual preventative maintenance 1 each - Optional � Annual preventative maintenance 1 each - Optional � Annual preventative maintenance 1 each - Optional � Annual preventative maintenance 1 each - Optional � Technical Support � on-site technical or process development support 1 each - Optional � Technical Support � Initial 3 day training onsite at NUWC Keyport 1 each - Optional � Technical Support � 3 days refresher training onsite at NUWC Keyport 1 each - Optional � Technical Support � 3 days refresher training offsite at Contractor location Naval Undersea Warfare Center, Keyport Division located at Naval Undersea Warfare Center, Keyport, WA intends to solicit and award a Firm Fixed Price (FFP) purchase order on a sole source basis to Adapt Laser Systems, Kansas City, MO, or an authorized dealer thereof.� This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is due to the required items being the only commercial-off-the-shelf (COTS) 1000 Watt laser ablation system currently in production. Additionally, it is the only currently approved laser by NAVSEA Technical Warrant Holder to be used on Navy ships. � In accordance with DFARS PGI 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. The Government is seeking companies with the capabilities and facilities to provide the requirement as described above. Please provide information of performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at https://www.sam.gov/SAM/. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The United States Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Olivia Maund, E-mail: olivia.maund@navy.mil Phone: (360) 315-7851. Reference announcement number N0025320Q0125 in the subject line of e-mails. Submissions in response to this RFI shall be submitted to the NUWC Keyport Contracting POC by 4:00PM Pacific Time, 16 June 2020. Responses received after 16 June may not be considered in the Government's market research. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. It is anticipated that solicitation N0025320Q0125 will be available on or about 30 June 2020. The solicitation closing date is anticipated to be 15 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20c7f0dd11504bfeb979668a8d2fad17/view)
- Record
- SN05676426-F 20200603/200601230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |