Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2022 SAM #7364
SOLICITATION NOTICE

66 -- SMALL BUSINESS SET-ASIDE FOR SMALL BUSINESS

Notice Date
1/27/2022 3:50:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-22-Q-0023
 
Response Due
2/3/2022 8:59:00 AM
 
Archive Date
02/18/2022
 
Point of Contact
Elaine Modl, Phone: 3013943693, Adrian Barber, Phone: 3013941503
 
E-Mail Address
elaine.c.modl.ctr@army.mil, adrian.t.barber.civ@army.mil
(elaine.c.modl.ctr@army.mil, adrian.t.barber.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description: Quantity one (1) 435 Nanometer (nm) Continuous Wave (CW) Laser Disclaimer: 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-02 dated 14 January 2022. For purposes of this acquisition, the associated NAICS code 334510.� The small business size standard is 1,250 employees Contract Line Item (CLIN) Structure: 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: Quantity One (1) 435 Nanometer (nm) Continuous Wave (CW) Laser Specifications/Requirement: The Government requires a laser system to generate light with a wavelength of 435.5 nm (435.5e-9 meter). This laser will be used to drive a quadrupole transition in the 171 isotope of singly-ionized atomic Ytterbium (171Yb+). The laser system will be locked to an ARL-supplied optical reference cavity from Stable Laser Systems which has a finesse greater than (>) 50,000 using fundamental (871.0 nm) laser light emitted on a secondary port. The laser system shall have the following characteristics:� Second-harmonic output Wavelength: 435.5 nm Coarse tuning: +/- 1 nm Mode Hop Free Tuning Range: > 10 gigahertz (GHz) Mode: The mode shall be single-mode, continuous wave (CW), transverse electric mode 00 (TEM00). The beam shall be collimated with a diameter of 1-2 mm. Power: Greater than (>) 0.9 watt in the TEM00 mode. Amplitude Stability: The relative intensity noise (RIN) must be less than () 100 Hz. Frequency Stability: The standard deviation of the laser frequency excursions must be less than () 40 decibel isolation, mounted inside the laser chassis. Fundamental output Wavelength: 871.0 nm Mode: The mode shall be single-mode, continuous wave, transverse electric mode 00 (TEM00). An output coupler shall be included for fiber-coupling the fundamental laser light. The fiber used by ARL will be a PM780-HP single mode (SM) polarization-maintaining (PM) angle-cut polished (FC/APC) patch cable with a mode-field diameter (MFD) 5.3 micron (5.3e-6 meter). The slow axis (Panda axis) and connector key shall be parallel. The connector key slot shall be 2.0 mm side. Sufficient control of polarization degrees of freedom must be supplied to achieve polarization extinction ratio (PER) greater than (>) 20 dB. If not already included, there must be room inside the laser body for polarizer and L/2 wave plate as last optical elements before the fiber coupler. ARL will supply a suitable SM PM FC/APC PM780-HP fiber patch cable.� Power: The fiber-coupled fundamental power (Pffc) shall be adjustable so that 5 mW ) 40 decibel isolation, mounted inside the laser chassis. The Contractor shall include kinematics and control electronics as required to operate the laser. The following features shall be incorporated into the design. Access to actuators for all routinely adjusted optical elements must be accessible without removing the laser enclosure. Automatic optical alignment of any internal gain and doubling stages. Automatic relocking of any internal doubling stages. Laser amplitude modulation is not permitted for any internal locks. If a resonant doubling stage is utilized the cavity locking scheme shall rely on the Pound Drever Hall (PDH) technique using an electro-optic modulator (EOM). Electronics suitable for generating and demodulating radio frequencies (RF) as required to implement a Pound Drever Hall (PDH) lock. Electronics shall support locking and linewidth narrowing the laser using a PDH error signal obtained from an ARL-supplied high-finesse optical cavity with a linewidth less than (<) 100 kHz. Wall power: 110 volts, 60 hertz Reporting and Manuals: A test result must be provided showing that the class of laser offered by the vendor meets the Frequency Stability specification. Acceptable approaches include a) heterodyne beat of two lasers, b) heterodyne beat of a single laser and a frequency comb, and c) self-homodyne/self-heterodyne beat of a single laser using an optical delay-line. The measurements can be made at either the fundamental or second harmonics. An accompanying narrative explaining technical details of how the measurement was made and analyzed must be included. A test result must be provided showing that the class of laser offered by the vendor meets the Amplitude Stability specification. An accompanying narrative explaining technical details of how the measurement was made and analyzed must be included. The Contractor shall provide documentation related to the operation of the lasers at delivery including operation manuals and acceptance reports. Delivery: Delivery is required no later than 20 weeks After Receipt of Order (ARO). The Contractor shall include the cost of shipping and on-site installation in their quote of the laser system. Delivery location is Army Research Lab, 2800 Powder Mill Road, Adelphi, MD, USA, 20783. The Contractor shall cover all travel related costs. Delivery: Delivery is required no later than 20 weeks After Receipt of Order (ARO). Delivery shall be made to Army Research Lab, 2800 Powder Mill Road, Building #102, Receiving Room, Adelphi, MD, USA, 20783. Acceptance shall be performed at Adelphi, MD, USA 20783. The FOB point is destination Adelphi, MD, USA, 20783. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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: N/A 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: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020) 52.219-33: NONMANUFCTURER RULE (MAR 2020) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) (DEVIATION 2020-O0019) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (OCT 2020) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR 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) *252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) *252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) *252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) *252.225-7000: BUY AMERICAN STATUE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) *252.225-7974: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) 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): FAR/DFARS PROVISIONS AND CLAUSES BY REFERENCE: *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 (AUG 2020) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 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) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7017: ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS�PROHIBITION OF FEES AND CONSIDERATION (APR 2020) FAR/DFARS PROVISIONS AND CLAUSES FULL TEXT *52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE *52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) *52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 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 TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � ALC DFARS COMMERCIAL CLAUSES *EXCEPTIONS IN PROPOSAL *AWARD OF CONTRACT *ADELPHI CONTR. DIVISION URL *FOREIGN NATIONALS PERFORMING *PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A The following notes apply to this announcement:� The Government is contemplating a commercial firm fixed-price (FFP) contract type for this procurement under FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. Place of Delivery/Performance: ���� U.S. Army Research Laboratory Building #102, Receiving Room ������������������������� 2800 Powder Mill Road Adelphi, MD 20783 Set Aside Code: N/A Offers are due 03 February 2022, by 11:59 AM, Eastern Time (ET), to Acquisition Specialist, Elaine Modl at elaine.c.modl.ctr@army.mil For information regarding this solicitation, please contact Elaine Modl (Acquisition Specialist), elaine.c.modl.ctr@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cf607b9955b42b9be8b3af460c103fb/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN06226765-F 20220129/220127230115 (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.