Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2014 FBO #4785
SOLICITATION NOTICE

66 -- Optical Hardware - single source justification

Notice Date
12/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAC4237A001
 
Archive Date
1/24/2015
 
Point of Contact
Pedro Oroyan, Phone: 5058535043
 
E-Mail Address
pedro.oroyan.1@us.af.mil
(pedro.oroyan.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Optical Hardware single source justification. 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; quotes are being requested and a written solicitation will not be issued. This requirement is total small business set-aside. The NAICS Code for this synopsis/solicitation is 333314, Size Standard 500 employees. This is a 100% total small business set-aside. Solicitation number F2KBAC4237A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-78 effective 26 Dec 2014. The Government intends to award a contract with forty-four (44) contract line item numbers. CLIN 0001: LED, 375nm, UV clear epoxy, 2.5mW, T-1 3/4 ROHS QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: LED370E Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0002: 1" Stackable Lens Tube QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L03 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0003: Stackable lens mount for 1" optic-usable depth 1/2 QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L05 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0004: Stackable Lens Mount For 1" Optic-Usable Depth 1" QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L10 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0005: Stackable Lens Mount For 1" Optic-Usable Depth 2" QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L20 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0006: 1 inch Stackable Lens Tube, 3 Inch Usable Depth QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L30 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0007: 1 Inch Stackable Lens Tube, 4 Inch Usable Depth QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1L40 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0008: SM1 Series Extension Tube, 6" QUANTITY: 5 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM1E60 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0009: Stackable lens tube for 2" optic-usable depth 1/2 QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM2L05 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0010: Stackable lens tube for 2" optic-usable depth 1" QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM2L10 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0011: Stackable lens tube for 2" optic-usable depth 2" QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM2L20 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0012: 3 inch SM2 Lens Tube QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: 2M2L30 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0013: SM2 Series Extension Tube, 6" QUANTITY: 5 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM2E60 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0014: SM1 Int to SM2 Ext Adapter QUANTITY: 5 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: SM2A6 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0015: Kinematic Mounting Base 3"x3"x1" Magnetically Coup QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: KB3X3 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0016: 1" post holder with spring-loaded thumbscrews QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: PH1 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0017: 2" post holder with spring-loaded thumbscrew QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: PH2 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0018: 6" post holder with spring-loaded thumbscrew QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: PH6 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0019: Post: 1/2" Dia. x 1" Length QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR1 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0020: Post: 1/2" Dia. x 1.5" Long QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR1.5 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0021: Post: 1/2" Dia. x 2" Length QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR2 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0022: 01/2" x 3" Stainless Steel Optical Post, 8-32 Stud, 1/4"-20 QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR3 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0023: Post: 1/2" Dia. x 4" Length QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR4 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0024: Post: 1/2" Dia. x 6" Length QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR6 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0025: Post: 1/2" Dia. x 8" Length QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR8 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0026: Post: 1/2" Dia. x 10" Long QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR10 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0027: Post: 1/2" Dia. x 12" Long QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: TR12 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0028: Slip-On Post Collar for 1/2" Diameter Posts QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: R2 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0029: Post End Clamp 0.5 inch QUANTITY: 4 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: RA180 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0030: RS-to-TR Right Angle Post Clamp QUANTITY: 5 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: RA90RS Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0031: Kinematic Stop with Pusher QUANTITY: 10 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: KL02 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0032: Flip Mount QUANTITY: 2 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: FM90 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0033: Filter holder For 2" Optic, Stackable QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: FH2 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0034: Mounted Zero Apeture Iris, 12.0mm max Aper. QUANTITY: 4 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID12Z Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0035: Mounted Zero Apeture Iris, 25.0mm max Aper. QUANTITY: 4 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID25Z Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0036: Mounted Standard Iris, 8.0.mm max. Aper. QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID8 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0037: Iris Diaphragm 1/2" Aperature Mounted on a TR3 QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID12 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0038: Mounted Standard Iris, 15.0.mm max. Aper. QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID15 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0039: Mounted Standard Iris, 20.0.mm max. Aper QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID20 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0040: Iris Diaphragm 1" Aperature Mounted on a TR3 QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID25 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0041: Iris Diaphragm 1.42" Aperature Mounted on a TR3 QUANTITY: 6 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID36 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0042: Iris Diaphagm 1.97" Aperature Mounted on a TR3 QUANTITY: 4 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: ID50 Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0043: Threaded Locking Kinematic Mount for Thin Optics QUANTITY: 4 UNIT OF ISSUE: Each MFG.: Thorlabs, Inc. MFG. P/N: KC1-T Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination CLIN 0044: Shipping QUANTITY: 1 UNIT OF ISSUE: Each Delivery: 4 weeks ARO FOB: Destination Inspection & Acceptance: Destination NOTE: Please provide a BRAND NAME quote for the item(s) below. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value. Offers will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106-2(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Pedro Oroyan, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: Pedro Oroyan; or email to pedro.oroyan.1@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30MB. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30MB will not be received by this office. Quotes are due no later than 4:00 pm MST, 9 January 2015. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or through the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33] FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management Alt A DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003 Alt I, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American--Balance of Payments Program DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023, Transportation of Supplies by Sea The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses and provisions incorporated by reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulations (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2014 Appropriations. Please return completed provision with your quote. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-00004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5352.201-9101 Ombudsman OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms. Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@us.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser@us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAC4237A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03605342-W 20141231/141229233911-007961bf179502154ba69c392a7f7096 (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.