Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
MODIFICATION

66 -- Ultrafast Titanium: Sapphire Amplifier Laser

Notice Date
1/29/2015
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0047
 
Response Due
2/27/2015
 
Archive Date
3/30/2015
 
Point of Contact
Jessica Camunez, 5756788283
 
E-Mail Address
ACC-APG - Adelphi
(jessica.r.camunez@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (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-15-T-0047. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 The Contractor shall provide one (1) Ultrafast Titanium: Sapphire Amplifier Laser that meets the following minimum requirements of the Government: Pulsewidth of fifty (50) femtoseconds or less Pulse energy of six (6) millijoule (mJ) or greater Wavelength between 780 nanometer -820 nanometer (nm) Spatial mode of transverse electromagnetic mode (TEM) 00 Beam profile of M-squared less than 1.5 Ability to fire at 1 kilohertz Repetition rate. Root mean square (RMS) power stability of less than 1% Beam diameter of less than 12 mm Dimensions for the amplifier laser of less than 60 quote mark length x 36 quote mark wide x 12 quote mark high Linearly polarized output Shall be sufficiently robust and sealed to allow operation outside the pristine environment of the laboratory without damage to optical components and shall have the capability to be moved between the laboratory and the field without the need for realignment requiring more than one (1) hour of time Documentation to include detailed instructions for use and setup Minimum of one (1) year warranty CLIN 0002The Contractor shall provide one (1) Modular Optical Parametric Amplifier that meets the following minimum requirements of the Government: Compatible with the above ultrafast laser Energy conversion efficiency into the signal and idler outputs shall be greater than 25% A visible band accessory that maintains the characteristics of the amplifier laser, increases the pulse width by less than two (2), and produces wavelengths from 530 to 1100 nm. Provides pulse energy greater than 150 microjoule (uJ) across the required band Includes an infrared band accessory that maintains the characteristics of the amplifier laser, increases the pulse width by less than two (2), and produces wavelengths from three (3) to 11 microns. Pulse energy greater than ten (10) uJ at four (4) um and greater than three (3) uJ at nine (9) um Dimensions of 24 quote mark length x 12 quote mark wide x 12 quote mark high Documentation to include detailed instructions for use and setup Minimum of one (1) year warranty CLIN 0003The contractor shall provide one (1) Pulse Width Measurement Accessory that meet the following minimum requirements of the Government: An accessory shall be provided to measure the pulsewidth of the amplifier laser with high resolution to within plus/minus ten (10)% of the actual pulsewidth. Documentation to include detailed instructions for use and setup Minimum of one (1) year warranty CLIN 0004 Setup of Equipment and Training The Contractor shall provide on-site installation and a training session on operation of the equipment for a minimum of two (2) days. CLIN 0005 Shipping for Ultrafast Ti:Sapphire Amplifier Laser, Modular Otical Parametric Amplifier, and Pulse Width Measurement Accessory Shipping to White Sands Missile Range (WSMR), New Mexico within six (6) months of contract award. The FOB is desination. (v) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supply being purchased is of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (vii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (viii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (ix) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities (Apr 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.203-6 Alt1, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013), 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Jul 2014), 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014), 52.222-37 Employment Reports on Veterans (Jul 2014), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), 52.232-33Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013), 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 252.203-7000Requirements Relating To Compensation Of Former DOD Officials (SEP 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011), 252.204-7011 Alternative Line Item Structure (SEP 2011), 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.211-7003 Item Unique Identification and Valuation (DEC 2013), 252.215-7008 Only One Offer (OCT 2013), 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013252.225-7012Buy America and Balance of Payments Program-Basic (NOV 201), 252.225-7020 Trade Agreements Certificate (NOV 2014), 252.225-7020 Trade Agreements Certificate Basic (NOV 2014), 252.232-7003 Electronic Submission of Payment Requests and receiving Reports (JUN 2012), 252.232-7006 Wide Area Workflow Payment Instructions (May 201), 252.232-7010 Levies on Contract Payments (Dec 2003), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commerical Items and Commerical Componets (DoD Contracts) (JUN 2013), 252.247-7022 Representation of Extent of Transportation by Sea (AUG 1992), 252.247-7023 Transportaion of Supplies by Sea-Basic (APR 2014). (x) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): The following FAR/DFAR/ACC-APG Adelphi Local Clauses are separately attached in Full Text: APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); APG-ADL-H.5152.211-4401Alt Receiving Room Requirements- APG Alternate I (JAN 2003)APG-ADL- APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); (xi) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Not Applicable. (xii) The following notes apply to this announcement: None (xiii) Offers are due 27 February 2015 by 11:59AM Mountain Standard Time (MST), at Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division. Proposals, as well as any questions, should be emailed to Ms. Jessica Camunez Email: jessica.r.camunez.civ@mail.mil Please be advised that.zip and.exe files cannot be accepted. (xiv) For information regarding this solicitation, please contact Ms. Jessica Camunez Email: jessica.r.camunez.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d48e4187d0006cbf2645bfc472416a88)
 
Place of Performance
Address: US Army Contracting Command - APG WSMR Shipping & Receiving BLDG 1856 WSMR NM
Zip Code: 88002
 
Record
SN03628658-W 20150131/150129235403-d48e4187d0006cbf2645bfc472416a88 (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.