Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

66 -- Notice of Intent to Sole Source -- External-Cavity Diode Laser Systems for the U.S. Naval Observatory

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ609
 
Response Due
7/24/2018
 
Archive Date
7/31/2018
 
Point of Contact
Bridget Blaney 215-697-9628
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The solicitation number is N0018918QZ609. This is a request for quotations (RFQ). This RFQ documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334516 and the Small Business Standard is 1,000 employees. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a sole-source, firm-fixed-price (FFP) contract to Newport Corporation of Irvine, CA (CAGE: 03QL3). The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b), Soliciting from a single source. This procurement is for the U.S. Naval Observatory (USNO). USNO requires two (2) external-cavity diode laser systems: 1) The laser shall be packaged as a turnkey system, consisting of no more parts than the laser head, controller and connecting cable, and requiring no user alignment. The controller shall provide current stabilization and temperature regulation for the laser. 2) The laser shall be centered at 780.24 nm (in vacuum) and have a mode-hop free tuning range of 100 GHz. 3) The laser shall emit light in a single transverse and longitudinal mode, with a line width of 300 kHz or less. The system shall be immune to vibrations to the extent that the specified line width can be achieved in a standard laboratory environment without user provided vibration isolation. 4) The laser shall output at least 50 mW into a collimated free-space beam. 5) The laser shall have RS232 interfaces for remotely controlling the PZT voltage and other laser parameters. Also, the laser shall have a BNC analog input with a bandwidth of > 1 kHz for controlling the PZT voltage and consequently the laser s frequency. 6) The laser system head and controller shall be completely interchangeable with the Newport TLB-6913 Vortex II and TLB-6813 Vortex plus laser systems in use so as to effectively serve as a replacement for the devices we are using in an operational system. 7)Spare laser heads shall be fully compatible with the TLB-6813 Vortex laser controllers. CLIN 0001 - ECDL Laser Systems - Firm-fixed-price (FFP) - two (2) each The quoter shall indicate a delivery lead time within its quote; F.O.B. Destination. The delivery location is 3450 Massachusetts Ave., NW, Washington, DC 20392-5420. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The provision at 52.212-1 (Instructions to Offerors -- Commercial) applies to this solicitation. Quoters are advised to include a completed copy of the provision at 52.212-3 (Offeror Representations and Certifications -- Commercial Items) and its ALT I with quotes. The clauses at 52.212-4 (Contract Terms and Conditions -- Commercial Items) and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items) apply to this acquisition. More detail regarding the Government s specifications (including its minimum need) as well as the full list of clauses and provisions applicable to this solicitation and the resultant contract are provided as an attachment to this posting. To the maximum extent practicable, clauses shall be incorporated by reference in the resultant contract. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote; however, only supplies meeting the USNOs requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be considered. As a result of analyzing responses to this notice of intent, the Government will determine whether a competitive solicitation will be issued. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), delivery timeframe, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 1200 EST on Tuesday, 24 July 2018. Contact Bridget Blaney who can be reached at 215-697-9628 or email at bridget.blaney@navy.mil. It is requested that any questions regarding this solicitation be submitted in writing. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall be submitted via email to the above-listed point of contact. Note: The attachment indicates a submission timeframe in variance with this posting; all quotes shall be submitted by 1200 EST on Tuesday, 24 July 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ609/listing.html)
 
Place of Performance
Address: 3450 Massachusetts Ave., NW, Washington, DC
Zip Code: 20392
 
Record
SN04996408-W 20180720/180718230759-fff46d84e1b9c59166c9c28049d6964a (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  © 1994-2020, Loren Data Corp.