Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

66 -- 200W TUNABLE ERBIUM FIBER LASER

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-07-T-0202
 
Response Due
8/6/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
N/A
 
Description
1. 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; p roposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-07-T-0202. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is Full and Open. The associated NAICS code is 334516. The small business size standard is 500. (iv) The following is the contract line item number and item, quantity and units of measure: CLIN 0001 200W Tunable Erbium Fiber Laser, Tuning Range 1532NM-1562NM, Randomly Polized. 19 inch Rack mountable housing with RS232 interface. Output fiber termin ated with a collimator in accordance with the specifications set forth below. 2 Each. (v) Salient Characteristics Type of Laser: Erbium Fiber Laser Output Power: greater than 200W (in the wavelength range from 1532 nm to 1559 nm) Operation mode: Continuous Wave (CW) Wavelength Tuning Range: 1531.5 nm to 1560 nm Laser Output Polarization: random Output Laser Linewidth: less than 0.3 nm Full Width Half Maximum (FWHM). Tuning resolution: 0.1 nm Wavelength stability: plus or minus 0.1 nm maximum deviation from the central wavelength (over 30 min period) Wavelength repeatability: plus or minus 0.2 nm from the pre-set value Output power stability: 2 percent (over 8 hrs period) Output beam quality: M-square parameter less than seven (7) Output fiber termination: collimator Power Supply Voltage: 200-260V Power Supply frequency: 50/60Hz Max Power Consumption: less than 2 kW Operating Temperature Range: plus 15 to plus 45 degrees Celsius Storage Temperature: minus 30 to plus 75 degrees Celsius Warm-up time: less than 10 min Cooling Method: Water Cooling Water Flow Rate: 12 Liters per minute Cooling Water Temperature: plus 20 to plus 30 degrees Celsius Physical and electrical interface requirements: 19 inch rack mountable housing with RS 232 and GPIB interfaces The contractor shall deliver this item within 12 weeks after receipt of order. (vi) Delivery is required no later than 12 weeks after the award is made. Delivery shall be made to the Army Research Laboratory, Adelphi, MD. Acceptance shall be performed by an authorized Government Representative at the Government site. The FOB poin t is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.HTM or http://farsite.hill.af.mil/VFDFAR1.HTM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. a. Proposals will be evaluated in three areas: (1) ability to meet salient characteristics and (2) past performance and (3) price. Areas 1 and 2 are of equal importance and when combined are more important than price. Price will not be scored but will be considered in the award decision on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whos e offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Salient Characteristics - Evaluation will be based on the ability of the proposed produc t to meet the salient characteristics of the Statement of Work. Products must be clearly identified by manufacturer and model number and meet the salient characteristics listed in the Statement of Work. Failure to meet any of the salient characteristics may cause rejection of the offerors proposal. (2) Past Performance - Performance record of the proposed product in meeting technical specifications; the offerors ability to meet delivery schedules; the offerors record of servicing the proposed product (maintenance, product updates, warranty, etc.) b. Offerors must provide with their proposal at least three records of past sales of the proposed product (or similar products). Submit the company name of the customer and provide a point of contact and telephone number. Offerors are encouraged to subm it with their proposal any correspondence with these companies that indicates quality of performance. c. The government reserves the right to award to other than the lowest price. The Government also reserves the right to make award without discussions or negotiations. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) 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 Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, 52.203-6, 52.211-6, 52.212-1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52. 222-37, 52.232-33, 252.225-7012, 252.225-7001, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 and 252.247-7024. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.005-4401, 52.032-4418, 52.045-4400. (xiii) The following notes apply to this announcement: N/A (xiv) Offers are due on 6 August 2007, by 10:00 AM, Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01352154-W 20070727/070725221916 (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.