Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

66 -- Pumped Solid-State (DPSS) Laser Systems

Notice Date
3/20/2015
 
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
W911QX15T0017
 
Response Due
3/27/2015
 
Archive Date
5/19/2015
 
Point of Contact
Cristina M. Watkins, 301-394-2529
 
E-Mail Address
ACC-APG - Adelphi
(cristina.m.watkins.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification/amendment is to extend the closing date to 10:00AM, 27 March 2015 as well as update the salient characteristics. (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-0017. 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 associated NAICS code is: 334516. The small business size standard is 500 employees. (v) 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: Quantity eight (8) - Optogenetics Laser Systems in accordance with attached Salient Characteristics. The Government's terms and conditions shall apply. CLIN 0002: Quantity eight (8) - Fiber Coupler/Collimators in accordance with attached Salient Characteristics. The Government's terms and conditions shall apply. CLIN 0003: Quantity eight (8) - Carrying cases in accordance with attached Salient Characteristics. The Government's terms and conditions shall apply CLIN 0004: Quantityone (1) - Insurance in accordance with attached Salient Characteristics. The Government's terms and conditions shall apply CLIN 0005: Shipping and Handling charges to Aberdeen Proving Ground, MD 21005-5001. (vi) Description of requirements: Pumped Solid-State (DPSS) laser systems in accordance with the following requirements: The Contractor shall provide eight (8) Diode-Pumped Solid-State (DPSS) laser systems that meet the following specifications and characteristics: 1)Shall have an output power of 300 milliwatts (mW) 2)Shall have a power stability of less than five (5) percent 3)Shall have a beam divergence of less than 1.5 milliradian 4)Shall have a beam diameter of 3.0 millimeters 5)Shall have a set wavelength in the range of 450-480 nanometers for channelrhodopsin activation 6)Shall be tuned for optogenetic stimulation frequencies of 1-100 hertz (Hz) 7)Shall have a polarization ratio of more than 100:1 8)Shall have a pointing stability of less than 0.05 milliradian 9)All DPSS laser systems shall have ferrule connector/physical contact (FC/PC) fiber coupler/collimators attached and shall be factory aligned 10)Shall include protective carrying cases 11)Shall include a minimum of twelve (12) months insurance on all items provided (vii) Delivery is required: within eight (8) weeks After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, MD. The FOB point is US Army Research Laboratory, Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) 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 will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical 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. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 3 records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) 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 (xii) 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award Small Business Program Rerepresentation (July 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 (July 2014), 52.222-37 Employment Reports on Veterans (Jul 2014), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). (xiii) 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): 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 252.204-0001 Line Item Specific: Single Funding (Sep 2009), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7036 Buy American-Free Trade Agreements- Balance of Payments Program (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.247-7023 Transportation of Supplies by Sea (aug 1992). Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 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 I Receiving Room Requirements- APG Alternate I (JAN 2003) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 27 March 2015, by 10:00 AM EST, via email to Mrs. Cristina M. Watkins, cristina.m.watkins.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Mrs. Cristina M. Watkins, Contract Specialist, (301) 394-2529, cristina.m.watkins.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3727732c796259212be1c6749c8814f)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03675182-W 20150322/150320235459-d3727732c796259212be1c6749c8814f (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.