Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

66 -- Minilite II Laser: Oscillator

Notice Date
8/21/2020 7:02:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0054
 
Response Due
8/28/2020 12:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Ashley Ellinger
 
E-Mail Address
ashley.ellinger@us.af.mil
(ashley.ellinger@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; Offers 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 FA8751-20-Q-0054 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) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set aside under NAICS code 334516 and small business size standard 1,000 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination:� Part Number: Minilite II Quantity: 1 Description: Q-Switched Nd:YAG Laser: Oscillator / 1-15 Hz, 1064 nm; includes variable attenuator and mounting feet (3), to include: Laser Water chiller for laser cooling Control unit for triggering laser pulse 1064 nm to 532 nm conversion optics kit option (See CLIN 0002) Characteristics: Must be hand triggered and triggered via TTL logic Adjustable repetition rate Adjustable output power Shutter that can be closed Specifications: Wavelength: 1064 nm (fundamental); 532 nm (with MD SHG kit installed) Output power per pulse: 50 mJ at 1064 nm 25 mJ max power at 532 nm Repetition rate: 1-15 Hz Pulse duration (must be between 1-10 ns): 5-7 ns at 1064 nm 3-5 ns at 532 nm Linewidth: 1 cm-1 Divergence: <3 mrad Beam Diameter: 3 mm Jitter with respect to external trigger: � 0.5 nsec TTL logic: must produce a laser pulse with less than 1 microsecond jitter after receiving logical trigger pulse Energy Stability: �0.6 % at 1064 nm �1.0 % at 532 nm Part Number: MD Quantity: 1 Description: Second harmonic generator, comes with separation optics; ships installed in the laser Specifications: Output power per pulse: tunable up to at least 5 mJ at 532 nm (25 mJ max power, per the spec sheet) Wavelength (after doubling): 532 nm Installed into the main laser housing prior to shipment 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. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. 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 8 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 3PM, (Eastern Time) 28 AUG 2020.� Submit by email to Ashley.Ellinger@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 in sufficient detail for the Government to evaluate the capability of the solution being offered.���� (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. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (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. 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, when combined, are of equal importance.� Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, as well as the following: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.225-7020, Trade Agreements Certificate - Basic 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: 52.219-6, Notice of Total Small Business Aside (DEVIATION 2020-O0008) 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 � 52.204-21, 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Identification and Valuation � � �Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description:� �N/A� � �Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:� �N/A� � �Para (c)(1)(iii).� Attachment Nr.: �N/A� � �Para. (c)(1)(iv). Attachment Nr.: �N/A� � �Para. (f)(2)(iii). �N/A� 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7013 Duty Free Entry 252.225-7048 Export-Controlled Items 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems �(DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems � Representation (DEVIATION 2020-O0015) 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 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 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. Note that the clause at 252.211-7003 is included in this solicitation.� Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ? $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. 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; Error Checking and Correction 200 (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 #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b8aa6db4738d4395878fdaf1c858d013/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN05769566-F 20200823/200821230207 (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 |
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.