Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

66 -- Optical Instruments, Test Equipment, Components, and Accessories

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R3101
 
Response Due
6/24/2010
 
Archive Date
8/31/2010
 
Point of Contact
Rolanda Wallace-Lewis 540-653-7098 Rolanda Wallace-Lewis,Voice: 540-653-7098,Fax: 540-653-6810
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This requirement is for a Firm Fixed-Price contract to purchase one (1) High Energy Laser Beam Expander Telescope. This requirement is issued on the basis of full and open competition. 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; a proposal is being requested and a written solicitation will not be issued. FAR Subpart 13.5 will be used. This solicitation, number N00178-10-R-3101, is issued as a Request for Proposal (RFP). This solicitation document with incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-35, effective 01 July 2009 and DFARS Change Notice 20090115. The NAICS Code associated with this procurement is 333314 with a size standard of 500 employees. The Government reserves the right to award on an all or none basis. The Naval Surface Warfare Center, Dahlgren Division, intends to procure the following items: DESCRIPTION: CLIN 0001 - 1 each - High Energy Laser Beam Expander Telescope. The overall system must: (1) meet diffraction limit from visible to mid infrared; (2) expand collimated beams 6x(threshold) to 8x (goal) between input and output apertures; (3) have an electronically controlled focus drive system providing a focus range from 100m from the output aperture to infinity; (4) have a ruggedized enclosure/tube capable of protecting optics in a range and maritime environment, and the enclosure must have hard covers to protect all optics when not in use; (5) have an output window (goal) or designed to accept one in at a later date (threshold); and (6) have a 60 cm primary optic minimum with (a) central obscuration 18 cm maximum and (b) a clear aperture through central obscuration should be (goal) > 8cm. The Telescope Pointing Mount must: (1) have an Azimuth/Elevation style mount; (2) have a Coude Path (goal) with (a) 6" clear aperture optical path from static base to secondary optic, (b) all optics having broadband (visible - mid infrared) metalized coatings, and (c) mechanical design allowing for mirror replacement with High Energy Laser (HEL) coated optics; (3) have a Coude Path (threshold) with a mount and optical system designed for Coude Path to be installed at a later date; (4) maintain image quality stability > 50 Degrees/Sec Slewing and >50 Degrees/Sec^2 accelerations; (5) have >350 kg payload capacity; (6) have adjustable limit switch controlled rotation stops in Azimuth and Elevation; (7) mount motion stops on a loss of power; (8) have software and joystick control; (9) have >25 micro-radian pointing accuracy; (10) have > +/- 100 Degree Azimuth rotation; and (11) have > -10 Degrees to +70 Degrees elevation swing. The Optical Coatings must: (1) have broad band visible reflectivity; (2) be >99.9% reflective at selected HEL wavelength (1070nm); and (3) have a protected overlay to survive range environment. WARRANTY: The offeror shall convey all standard manufacturer commercial warranties to the buyer. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. Delivery shall be made FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 6220 Tisdale Road, Ste. 159, Dahlgren, VA 22448-5114, as follows: six months after receipt of order. Proposals must include all applicable shipping charges. INSTRUCTIONS: The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to FAR 52.212-1, Instructions to Offerors - Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as "ORIGINAL" and bear original signatures. The copies shall be complete and clearly identified as "COPY". The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address. The offeror shall provide documentation that shows their current active registration in the Central Contractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etcetera that offers a product which will best meet the needs of the Government. This information shall provide complete specifications of the proposed system which will allow the Government to make this determination. A copy of the commercial warranty provisions shall also be provided. PAST PERFORMANCE: The offeror shall provide points of contact of the last three (3) sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1) Reference Organizational Name; 2) Point of Contact, Contracting and Technical; 3) Point of Contact Address and Phone Numbers; 4) Type of Contract; 5) Dollar Value of Contract; and 6) Period Performance. Each point of contact will be asked to rate the quality of the product, timeliness of delivery, and customer service. PRICE PROPOSAL: The Price Proposal shall reflect the following information as minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained, (2) is published or otherwise available for inspection by customers, and (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in being procured or similar items: date of sale; quantity; unit price; customer contract number; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items with its offer. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2007) (Deviation) subparagraphs (a), (b) 1, 7, 14, 15, 16, 17, 18, 19, 20, 21, 23, 24, 32, (d), and (e); DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items subparagraphs (a), (b)! 252.225-7012, 252.227-7015, 252.243-7002, 252.247-7023, and (c). Additionally, DFARS Clause 252.211-7003, Item Identification and Valuation, will be included in the resultant contract. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. AWARD: All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, with their quotes. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm Fixed-Price contract to the responsible offeror whose offer conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price and past performance. This acquisition will occur via a Firm Fixed-Price (Commercial Hardware) contract. In order to be eligible for award, firms must be determined responsible in accordance with FAR 9.104-1 and they must be registered in the Central Contractor Registry (CCR). (Offerors may obtain information on registration in the CCR via the internet at http://www.ccr.gov/.) The closing date is 24 June 2010 at 4:00 pm, Eastern Time. Anticipated Award date is 30 June 2010. All items shall be priced FOB-Destination, Dahlgren, VA. All items shall be delivered to the NSWCDD Receiving Officer, 6220 Tisdale Road, Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic proposal submission is encouraged at rolanda.wallacelewis@navy.mil, but the quote may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: CXS13-17, Bldg. 183, Room 106-C, 17632 Dahlgren Road. Suite 157, Dahlgren, VA 22448-5110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R3101/listing.html)
 
Record
SN02177039-W 20100616/100614234812-1b72c08a9bf2fe23fb95167b6b784ef6 (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.