Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

66 -- Optical Wavemeters

Notice Date
4/22/2021 2:39:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX21Q0124
 
Response Due
4/29/2021 8:59:00 AM
 
Archive Date
05/14/2021
 
Point of Contact
Karen A. Tran, Phone: 5756784963, Phillip J. Amador, Phone: 5756783523
 
E-Mail Address
karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil
(karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil)
 
Description
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. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i).� The name of the company the Government intends to award a contract to is: Bristol Instruments, Inc., 770 Canning Parkway, Victor, NY, 14564-8983 is the only manufacturer of the wavemeter/optical spectrum analyzer. This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation.� ����������������������� (ii)� The solicitation number is W911QX21Q0124.� This acquisition is issued as a Request for Quote (RFQ). ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05. ����������������������� (iv)� The associated NAICS code is 333314.� The small business size is number of employees is 500. ����������������������� (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 of one (1) 771A-NIR-FC/APC Spectrum Analyzer Specifications: - Wavelength Accuracy: � 0.2 ppm (� 0.0002 nm @ 1000 nm) - Wavelength Range: 520 � 1700 nm - Spectral Resolution: 4 GHz - Measurement Time: 40 dB - Calibration: Continuous with built-in stabilized single-frequency HeNe laser - Optical Input: Pre-aligned FC/APC connector (9 �m core diameter) - Instrument Interface: High-speed USB 2.0 and Ethernet - For use with CW and Pulsed Lasers (Pulsed laser requirements: pulse width > 50 ns and repetition rate > 50kHz) - Warranty: 5-years on all parts and labor � CLIN 0002 � Quantity of one (1) 871A-VIS Pulsed Wavelength Meter Specifications: - Accuracy: � 0.2 ppm (� 60 MHz at 1000 nm) - Using a single-mode input fiber - Wavelength Range: 375 to 1100 nm - Measurement Rate: 1 kHz - Input Laser Maximum Bandwidth (FWHM): 1 GHz - Optical Input: Pre-aligned FC/PC connector - Built-in PID Controller - Calibration: Automatic with built-in stabilized HeNe laser. - Instrument Interface: - Streaming via RS-422 (internal or external trigger) - SCIP for custom LabVIEW programming via USB 2.0 or Ethernet with Bristol�s Windows-based display program. - Internal data buffering for up to 1 million measurements. - Web-based display application. - Warranty: 5-years on all parts and labor � CLIN 0003 � Quantity of one (1) FOS-4-UPC, Fiber Switch, FC-UPC, 4-Channel Specifications: - Wavelength Range: 400-1700 nm - Fiber Type: 9 �m core diameter (9/125 SMF) - 4 inputs, 1 output (FC/UPC Connector) � CLINE 0004 � Quantity of one (1) 771A-IR Spectrum Analyzer Specifications: - Wavelength Accuracy: � 0.2 ppm (� 0.0002 nm @ 1000 nm) - Wavelength Range: 1 � 5 �m - Spectral Resolution: 8 GHz - Optical Rejection Ratio: > 40 dB - Measurement Time: 50 ns and repetition rate > 50kHz) - Warranty: 5-years on all parts and labor ����������������������� (vi) �Description of requirements: One (1) high-precision, fast measurement rate Bristol 871A-VIS wavemeter, one (1) four-port fiber-optic switch for use with the Bristol 871 wavemeter, one (1) high-precision Bristol 771A-NIR wavemeter/optical spectrum analyzer, and one (1) high-precision Bristol 771A-IR wavemeter/optical spectrum analyzer. ����������������������� (vii) Delivery is required by 45 days from Notice to Proceed (NTP).� Delivery and Acceptance shall be performed at Adelphi, MD 20783. The FOB point is U.S. Army Research Laboratory, Adelphi, MD. � ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, 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:� N/A. Notice of Intent to Sole Source. ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 (OCT 2018)� 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) 52.209-6, Protecting the Government� Interest When Subcontracting 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19� CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13� RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 , REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ����������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM � APG PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS� ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.� ����������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. ����������������������� (xvi)� Offers are due FIVE BUSINESS DAYS AFTER SOLICITATION POSTING BY 11:59 AM ET, by email to Contracting Officer, Phillip J. Amador, phillip.j.amador.civ@mail.mil �or Contract Specialist, Karen A. Tran karen.a.tran.civ@mail.mil. ����������������������� (xvii)� For information regarding this solicitation, please contact Contracting Officer, Phillip J. Amador phillip.j.amador.civ@mail.mil �or Contract Specialist, Karen A. Tran karen.a.tran.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/671e04cc7ad14e038ba408afed9caf2f/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05980873-F 20210424/210422230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.