SOLICITATION NOTICE
66 -- Diode pumped educational laser system
- Notice Date
- 1/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA7000-07-T-0031
- Response Due
- 2/9/2007
- Archive Date
- 2/24/2007
- Description
- This is a combined synopsis/solicitation for commercial items or services of a NAME BRAND OR EQUAL item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), under RFQ number FA7000-07-T-0031, in accordance with FAR Parts 12 & 13. The North American Industrial Classification System (NAICS) number is 333314 and the business size standard is 500 employees. The proposed acquisition is unrestricted. 8(a)/Hubzone, disabled veteran, women-owned and small disadvantaged owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Diode pumped educational laser system, QTY: 1 EA Please Note: This is a 52.211-6 Name Brand or Equal Requirement. Each quote must provide a detailed line item description which must comply with the following specification: The Physics department has a requirement to purchase a diode pumped solid state Nd:YAG laser system and associated electronics capable of producing CW and pulsed laser light in Q-switch operation at both 1064 nm and 532 nm. As a whole, the laser system is a device capable of delivering 1064 and 532 nm laser light produced by internal and external cavity doubling in CW or Q-switched operation. This will allow us to continue our teaching mission in our senior cadet laboratories. The Brand Name item is ALPHALAS model LASKIT-500 system with optional fiber pumping; an active EO Q-Switch complete with power supply and high speed driver; a nanosecond Cr4+:Nd:YAG MICROCHIP laser in a holder; 8mm long AR/AR coated KTP crystals for SHG with a 2x2 mm aperture and 40% or better efficiency; a 100 mm focal length SHG focusing lens with XY translation, AR coated for 1064; and an upgraded microprocessor controlled laser diode driver and TE cooler controller model LPS1-2T. The required physical, functional and/or performance characteristics are as follows: ? Pump laser diode with Peltier cooler and attached pump optics ? Laser diode driver & thermoelectric controller: LPS1-2T, microprocessor-controlled ? Laser crystal Nd:YAG, with a heat sink ? Set of two laser cavity mirrors (flat/curved) ? Active EO Q-Switch complete with power supply and high speed driver ? KTP frequency doubler with special coatings, in a holder ? Mirror and crystal mounts (3 pieces) ? Optical bench ? Diode laser module (670 mm) for aligning the laser cavity, with holder ? Infrared-to-visible converter (model IR-VIS-15-B), ? 15 mm, for aligning the IR laser and mode analysis (also suitable for high-power lasers) ? Ultrafast photo detector (model UPD-300-SP) with rise time <300 ps, spectral range 320 - 1100 nm, external power supply, suitable for observing the relaxation oscillations and pulse duration of the Q-switched mode ? CCD linear array (model CCD-2000M) with 2048 pixels, high sensitivity, driver electronics and power supply, suitable for laser beam analysis, M? measurements, autocorrelators, etc. ? Five operating modes: CW @ 1064nm with minimum of 300 mW output power, TEM00 in a plano-concave cavity; Q-switched @ 1064 nm with a minimum of 20 mW average power, 1kHz rep rate, 25 ns pulse width; Intracavity doubled CW @ 532 nm; Intracavity doubled and Q-switched @ 532 nm; and External cavity doubled and Q-Switched @532 nm The laser crystal, the active Q-switch and the KTP-doubler are mounted in special holders for fast and easy exchange, alignment and handling. Switching from one mode of operation to another (e.g. from CW to Q-switched, or from IR to frequency doubling) can be done in a minute. No removal of old or installation of new requirement. Delivery FOB Destination. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Add to 52.212-2 "The government will award a purchase order resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to the solicitation and is the most advantageous to the government, price and other factors considered. All responsible small business sources may submit a proposal, which shall be considered by the agency. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price, which meets the Name Brand or Equal Specifications provided above. Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery/Ship To address: Transportation Officer ? FE7000 Transportation Officer 8110 Security, Door 11/12/13 USAF Academy CO 80840 FOB: Destination Delivery Date: 60 Days After Receipt of Order or Better Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause 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, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 18, 24, 25, 29, 30 and (c) 1, 2. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.211-6 ? Brand Name or Equal; FAR 52.204-7 Central Contract Registration; FAR 52.233-3 and 52.233-4; FAR 52.225-13 Restrictions on Certain Foreign Purchase; FAR 52.232-1 Payment; FAR 52.242-15 Stop-Work Order; FAR 52.247-35 FOB Destination; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.225-7014 ALT I Preference For Domestic Specialty Metals (Jun 2005) ? Alt I; and DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests in addition to DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. Offers must be received NLT Noon Mountain Daylight Savings Time, February 9, 2006, at 10th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Mike Slocum, Contract Specialist, 719-333-9103 or email to michael.slocum@usafa.af.mil. Please contact Russell Jordan, Contracting Officer, 719-333-6224 or email to russell.jordan@usafa.af.mil in my absence.
- Place of Performance
- Address: USAF Academy, CO
- Zip Code: 80840
- Country: UNITED STATES
- Zip Code: 80840
- Record
- SN01218339-W 20070126/070124221142 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |