SOLICITATION NOTICE
66 -- Free-space electro-optic modulators for 370 nm laser light
- Notice Date
- 6/16/2020 5:17:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-Q-0126
- Response Due
- 6/23/2020 6:00:00 AM
- Archive Date
- 07/08/2020
- Point of Contact
- Alberta R. Stadtler, Phone: 3019566824, Fatimata Diallo, Phone: 3013945501
- E-Mail Address
-
alberta.r.stadtler.civ@mail.mil, fatimata.diallo.civ@mail.mil
(alberta.r.stadtler.civ@mail.mil, fatimata.diallo.civ@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS �1.� Class Code: 66 �2.� NAICS Code:� 333249 - Other Industrial Equipment Manufacturing �3.� Subject: SOLE SOURCE � Four (4) Free-space electro-optic modulators for 370 nm laser light. �4.� Solicitation Number: W911QX-20-Q-0126 �5.� Set-Aside Code: N/A �6.� Response Date: Five (5) Business Days After Posting �7.� Place of Delivery/Performance:� � U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1138 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is QuBig GmbH, Munich, Germany, Balanstr. 57, 81541 Munich, Germany, Cage Code:� CJ896, DUNS:� 340783751. �This notice of intent is not a request for competitive quotes. �However, the Government will consider all quotes received prior to the closing date and time of this solicitation. ��������������(ii) �The solicitation number is W911QX-20-Q-0126. This acquisition is issued as a Request for Quotation (RFQ). ������������ (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, Effective 5 June 2020. �������������(iv) �The associated NAICS code is 333249. �The small business size standard is 500 employees. ����������� ��(v) �The following is a list of contract line item number(s)(CLIN) and items, quantities and units of measure, (including option(s), if applicable):� �CLIN 0001: The contractor shall provide four (4) Free-space electro-optic modulators for 370 nm laser light that meets the Government�s minimum requirement. ����������� �(vi) �Description of requirements: The Government requires four (4) Free-space electro-optic modulators for 370 nm laser light that meets the following minimum requirement: All modulators are required to have the following properties: Optical wavelength: 370 nm Optical polarization: vertical Maximum optical intensity without damange: at least 750 mW/mm^2 Optical wavefront distortion: less than 1/3 wavelength Optical coupling: free-space Optical anti-reflection coating: less than 0.5% reflection Optical transmission of full device: greater than 95% RF connector: SMA-f, bulkhead Impedance: 50 Ohm, return loss less than 20 db (voltage-wave standing ratio must be less than 1:1.2) Maximum RF power: 2 Watt Two (2) modulators are required with the additional properties: Resonant frequency: 2105 MHz RF resonance bandwidth: 5 MHz Mechanical frequency tuning range: +/- 40 MHz Modulation efficiency: greater than 1 radian rotation for 20 dBm RF power Optical apertures: at least 2 mm diameter Thermal time constant: at least 6 seconds Two (2) modulators are required with the additional properties: Resonant frequency: 14,748 MHz RF resonance bandwidth: 50 MHz Mechanical frequency tuning range: +/- 50 MHz Modulation efficiency: greater than 1 radian rotation for 24 dBm RF power Reporting and Manuals: The Contractor shall provide documentation that the modulators satisify these Salient Characteristics at deliver (e.g. operation manuals and acceptance reports). Delivery: Quoted cost to include shipping to the Army Research Lab in Adelphi, MD, USA FOB Destination. ����������� (vii) Delivery is shall be made to U.S. Army Research Laboratory 2800 Powder Mill Rd Adelphi, MD 20783. The FOB point is: ����������� U.S. Army Research Laboratory ����������� 800 Powder Mill Rd ����������� Adelphi, MD 20783 ����������� (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), DEVIATION 2018-O0018 (JUN 2019), applies to this acquisition.� The following addenda have been attached to this provision: None. � ����������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition (OCT 2014).� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A - Sole Source. ��������������(x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (JUN 2020) (with its Alternate I (JUN 2020)), Offeror Representations and Certifications - Commercial Items, with its offer. ������������ (xi)� The clause at 52.212-4 (OCT 2018), 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 (JUN 2020), 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: �REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS (JUN 2020) 52.209-6:� PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JUN 2020) 52.219-28:� POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.222-3:� CONVICT LABOR (JUN 2003) 52.222-19:� CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) 52.222-21:� PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26:� EQUAL OPPORTUNITY (JUN 2020) 52.222-36:� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-50:� COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18:� ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13:� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33:� AYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACT REGISTRATION (OCT 2018) 52.232-36:� PAYMENT BY THIRD PARTY (MAY 2014) �DFARS: �252.203-7005: �REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: �DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008: �PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000: �BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001: �BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.232-7010: �LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: �SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: �TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ������������ (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7: �SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13: �SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16: �COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: �COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24: �REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (Dec 2019) 52.232-40: �PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: �REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: �DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: �ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) �Full Text Clauses: �FAR/DFARS FILL-IN CLAUSES 52.252-1:� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2:� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006:� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.211-7003:� ITEM IDENTIFICATION AND VALUATION (MAR 2016) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT PAYMENT INSTRUCTIONS GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE EXCEPTIONS IN PROPOSAL TEMPORARY HOLD ON ALL DELIVERIES ADELPHI CONTRACTING DIVISION WEBSITE �������������(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 five (5) days after posting by 11:59pm EST to alberta.r.stadtler.civ@mail.mil and Fatimata.diallo.civ@mail.mil ����������� (xvii)� For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, alberta.r.stadtler.civ@mail.mil and Fatimata Diallo, 301-394-5501, fatimata.diallo.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/abb0a10d846946b797c0d3f2aa2b5bb0/view)
- Place of Performance
- Address: Adelphi, MD 207831138, USA
- Zip Code: 207831138
- Country: USA
- Zip Code: 207831138
- Record
- SN05693044-F 20200618/200616230209 (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 |