Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2023 SAM #7955
SOLICITATION NOTICE

66 -- Six (6) High Power Laser Pump Sources

Notice Date
9/6/2023 8:56:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-23-Q-0239
 
Response Due
9/13/2023 8:59:00 AM
 
Archive Date
09/28/2023
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@army.mil
(adrian.t.barber.civ@army.mil)
 
Description
����������������������� (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 IPG Photonics Corporation, 50 Old Webster Road, Oxford, MA 01540-2706 (Cage 1KKG9). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ����������������������� (ii)� The solicitation number is W911QX-23-Q-0239.� 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 2023-05 dated 08/08/2023. ����������������������� (iv)� The associated NAICS code is 334516.� The small business size standard is 1,000 employees. ����������������������� (v)�� 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 � YLR-1500-MM-WC (Item # YLRXMC15WXXXX04U) 1.5kW multi mode laser, 3U rack mount configuration, water cooled, Display with touch-screen/ Analog / RS-232 / Ethernet CLIN 0002 � Chiller, IPG LC340 (Item # CCH340A11UXXDEXU) CLIN 0003 � D50, F200 Collimator, WWC, HLC-8 (Item # P30-001337) CLIN 0004 � Shipping and Handling ����������������������� (vi) �Description of requirements: The Government requires Six (6) high power laser pump sources with the following minimum characteristics: Power: 1500W continuous wave (CW) Power modulation rate = 10 kilo Hertz (kHz) Wavelength = 1070 nano meter (nm) within 1.5 nano meter range Emission Linewdith = 1.5 nano meter (nm) Short term power instability = 1.5% root mean square (rms) Long term power instability = 1% root mean square (rms) Beam quality (Beam Parameter Product, BPP) = 2.1 milimeter x millirad (mmxmrad) Output fiber termination ~ QBH-compatible connector Dimension ~ 448 milimeter x 577 milimeter x 133 milimeter Water cooling around 22 degree Celsius Operating voltage 240 Volt single phase Output fiber core size = 50 micron (diameter) The Government also requires a water chiller and Collimator as described above in CLINs 0002 and 0003. ����������������������� (vii) Delivery shall be made no later than twelve (12) weeks after contract award. �Delivery shall be made to the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183. Acceptance shall be performed at the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183. The FOB point is the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183. ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, 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.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A. ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ����������������������� (xi)� 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: None.� ����������������������� (xii)� 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: 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 (NOV 2021) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (E.O. 13126) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: ALT 1 EQUAL OPPORTUNITY (FEB 1999) ��52.222-35:� EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) ��52.222-37: EMPLOYMENT REPORTS ON VETERANS (JUN 2020) 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 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) 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) 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7007:� PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7021:� TRADE AGREEMENTS--BASIC (JAN 2023) 252.225-7048: EXPORT-CONTROLLED ITEMS (JUN 2013) *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 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) ����������������������� (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): FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR/DFARS CLAUSES: 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.243-1: CHANGES�FIXED PRICE (AUG 1987) 52.247-34 F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS SOLICIT ONLY ONE SOURCE ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM -- ALC DFARS COMMERCIAL CLAUSES � � � � � � � � � � � (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � � � � � � � � � � � (xv)� 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. � � � � � � � � � � � �(xvi)� Offers are due Five (5) business days after solicitation posting, By 11:59 AM Eastern Standard Time via email to Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil. ����������������������� (xvii)� For information regarding this solicitation, please contact Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil, (301) 394-1503
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b474bb71ab742738e80aa80f2ff25a3/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN06820806-F 20230908/230906230109 (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.