Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- High Power Carbon Dioxide Laser System

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07T0194
 
Response Due
7/26/2007
 
Archive Date
9/24/2007
 
Small Business Set-Aside
Total Small Business
 
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.(ii)The solicitation number is W911QX-07-T-0194.This acquisition is issued as a request for quotation (RFQ).(iii)The solicitation document and incorporated provisions and clauses a re those in effect through Federal Acquisition Circular 2005-18.(iv)This acquisition is 100% set-aside for small business. The associated NAICS code is 333992.The small business size standard is 500 employees.(v)The following is a list of contract line it em number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - High Power Carbon Dioxide (CO2) Laser System, Quantity - One (1) Each.(vi)Description of requirements:The laser shall provide 8000 W or greater outp ut at the 10.59 ?m line. The laser shall be capable of operating in a true continuous wave mode. The laser shall be capable of operating in pulsed mode with a pulse width less than or equal to 75 ?sec. The output power shall be adjustable from 0 to 8000 W. The output of the laser shall be vertically polarized. The profile of the laser in the near-field and the far-field shall be Gaussian or multimode which provides a quasi-flat topped beam intensity profile. An 01 mode with low intensity in the center of t he beam is not acceptable. The output beam diameter shall be less than or equal to 30 mm measured at the 1/e2 points. The full angle beam divergence shall be less than or equal to 5 mrad measured at the 1/e2 points. The laser warm-up time shall be 20 minut es or less. After the initial warm-up period, the laser power shall drift less than or equal to 5% (maximum to minimum). The pointing stability of the laser shall be less than or equal to 250 urad. A visible alignment laser shall be included that is aligne d to the carbon dioxide laser beam. Included with the laser shall be all necessary power supplies, chillers, vacuum pumps, optics, cabling as well as all other auxiliary equipment needed to operate the system. The length of cable between the laser and the controller shall be 50 ft. The volume of the laser head shall be less than or equal to 350,000 cu inches with a footprint of less than or equal to 40 sq. feet. Height of laser aperture measured from base of laser head unit shall be no less than 40 inches. The laser shall operate at standard US voltages based on single or 3 phase multiples of 115V (i.e. 208, 240, 460 V), 60 Hz. The laser shall be setup and the operation verified by company technicians at the Government work site before acceptance by the Gove rnment. All pertinent user manuals shall be provided. A warranty shall be provided.(vii)Delivery is required by 14 January 2008. Delivery shall be made to US Army Research Laboratory, Shipping and Receiving, Building 1646, White Sands Missile Range, NM. Acceptance shall be performed at White Sands Missile Range, NM. The FOB point is FOB Destination.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provis ion: None.(ix)The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.The specific evaluation criteria, listed in descending order of importance, to be included in paragraph (a) of that provision are as follows: Tech nical, past performance and price. Technical and past performance, when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed equipment meets the salient characteristics listed in (vi) above. Technical evaluation shall be based on information furnished by the offeror. The government is not responsible for locating or securing any info rmation which is not identified in the proposal. To ensure sufficient information is available, offerors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the governm ent to determine whether the product meets the salient characteristics. If the offeror proposes to modify a product so as to make it conform to the requirement of this solicitation the proposal shall include a clear description of such proposed modificatio ns and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of like or similar products to industry or government agencies. Past performance will co nsider the history of the offeror in providing a product that meets specifications, meeting delivery schedules and warranty. Offerors must include point of contact information to include email address and telephone number for at least three previous sales of the same or similar equipment in the last three (3) years. Price will be evaluated on a best value basis. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, pric e and other factors considered. The government reserves the right to make an award without discussions and to make award to other than the lowest price. (x)Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations an d Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The successful offeror will be required to register with the Online Representations and Certifications Application ( ORCA). The website for online registration is www.bpn.gov and click Online Reps and Certs at the left side of the screen. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda hav e 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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, Gratuities (APR 1984); 52.203-6, Restrictions on Subcontract or Sales to the Government (Sep 2006), with Alternate I (Oct 1995; 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small business Program Representation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opp ortunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on S pecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.232-33, Payment by Electronic Funds TransferCentral Contract or Registration (Oct. 2003); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005); 52.225-7012, Preference for Certain Domestic Commodities (JAN 2007); 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005); 252.232-7003, E lectronic Submission of Payment Requests (MAR 2007); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 252.247-7023, Transportation of Supplies by Sea (MAY 2002); 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). Clauses and provisions are incorporated by reference and can be viewed in full text at http://www.arnet.gov. (xiii) The following local contract requirement(s) or te rms and conditions apply: 52.004-4409 RDECOM Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.016-4407 Type of Contract; 52.032-4408 Distribution of Invoices With Rec eiving Report (DFAS-OPLOC); 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions will be made available upon request.(xiv)This acquisition is rated under th e Defense Priorities and Allocations System (DPAS) as: None.(xv)The following notes apply to this announcement:None.(xvi)Offers are due on Thursday, 26 July 2007, by 4:00 PM Mountain Daylight Time via email to martha.robles@arl.army.mil (xvii)For informati on regarding this solicitation, please contact Martha Robles 505-678-4963, FAX 505-678-8701 or by email at martha.robles@arl.army.mil
 
Place of Performance
Address: US Army Research, Development and Engineering Command Acquisition Center, Adelphi Contracting Division, ATTN: AMSRD-ACC-AW WSMR NM
Zip Code: 88002-5512
Country: US
 
Record
SN01345683-W 20070720/070718222004 (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 |
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.