Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SOLICITATION NOTICE

66 -- NOTICE OF INTENT TO SOLE SOURCE - One (1) Scientific Grade Visible (VIS) Source and One (1) Laser Line Tunable Filter Extension (LLTF)

Notice Date
8/27/2021 11:48:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX21Q0179
 
Response Due
9/2/2021 8:59:00 AM
 
Archive Date
09/17/2021
 
Point of Contact
Laurice Bocao
 
E-Mail Address
laurice.l.bocao.ctr@mail.mil
(laurice.l.bocao.ctr@mail.mil)
 
Description
Combination Synopsis-Solicitation for Commercial Purchases Under the Simple Acquisition Threshold (SAT) � � Solicitation Number: W911QX21Q0179 � Title: INTENT TO SOLICIT ONLY ONE SOURCE � One (1) Scientific Grade Visible (VIS) Source and One (1) Laser Line Tunable Filter Extension (LLTF) � SMALL BUSINESS SET-ASIDE FOR: N/A � Classification Code: 66 � NAICS Code: 334516 � Response Date: Five (5) days after posting date due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. � Description: One (1) scientific grade Visible (VIS) source and one laser line tunable filter extension (LLTF) with the following minimum requirements: � Disclaimer: 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. NOTICE: � INTENT TO SOLICIT ONLY ONE SOURCE 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 NKT Photonics, Inc., 23 Drydock Avenue, Suite 23-410E, Boston, MA 02210-2336; DUNS: 831278606, CAGE Code: 5LT64. 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. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 Effective 12 July 2021. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 employees. Contract Line Item (CLIN) Structure: 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: One (1) scientific grade Visible (VIS) source and one laser line tunable filter extension (LLTF) Specifications/Requirement: The Contractor shall provide one (1) scientific grade Visible (VIS) source and one laser line tunable filter extension (LLTF) that meet the following requirements: ����� The VIS source shall have the ability to remotely control from other systems or PCs via TCP/IP, Team viewer or Remote desktop. ����� The VIS source shall have fully automated wavelength tuning. ����� The VIS source shall have no external alignment mirrors. ����� The VIS source shall have gap-free tuning from 410 nanometers (nm) to 2400 nm from a single aperture. ����� The system shall be full air-cooled. ����� The VIS source shall come in a single monolithic package. ����� The VIS source shall utilize passive mode-locked short picosecond (ps) seed source (< 10ps) for optimal supercontinuum generation. ����� The VIS source shall have modular design to enable future upgrades. ����� The VIS source shall have high beam quality of meter squared (M2) < 1.1. ����� The VIS source shall have beam pointing accuracy of < 1 milliradian (mrad). ����� The VIS source shall have 1500 milliwatt (mW) of power in the visible range of (350-850nm). ����� The VIS source shall have a high repetition rate of 78 megahertz (Mhz). ����� The VIS source shall have Nuclear Instrumentation Module (NIM) trigger output for synchronization of other peripheral equipment. ����� The VIS source shall have option for future modular upgrade to variable repetition rates. ����� The VIS source shall have active laser power stabilization through integrated photo diode (constant power mode) or external feedback (power lock). ����� The VIS source shall have broadband narrow linewidth tuning of < 2.5nm and tuning range of 400-1000nm from a single port. � Delivery: Delivery is required by within nine (9) weeks After Receipt of Order (ARO). Delivery shall be made to U.S. Army Research Laboratory, 1856 Craig Street, White Sands Missile Range, NM 88002. Acceptance shall be performed at Delivery. The FOB point is Destination. � Clauses: � The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: � In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. � Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A. This is not a competitive RFQ, it is a notice of intent to Sole Source. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. � Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer: N/A � 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: N/A � 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: � FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-3, CONVICT LABOR 52.222-19 DEVIATION 2020-O0019, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21, PROHIBITION OF SEGREGATED FACILITIES 52.222-26, EQUAL OPPORTUNITY 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION 52.232-36����� PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.225-7974 DEVIATION 2020-O0005, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA 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): FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.212-1, DEVIATION 2018-O0018 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS 52.212-4, CONTRACT TERMS AND CONDITIONS � COMMERCIAL ITEMS 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2, CLAUSES INCORPORATED BY REFERENCE DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.211-7003, ITEM IDENTIFICATION AND VALUATION 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ADELPHI LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT INSTRUCTIONS TAX EXEMPTION CERTIFICATE (WSMR) RECEIVING ROOM REQUIREMENTS � WSMR DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � The following notes apply to this announcement: N/A Place of Performance: U.S. Army Research Laboratory, 1856 Craig Street, White Sands Missile Range, NM 88002
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3ce2b83166e42cd88923fa79d7082de/view)
 
Place of Performance
Address: White Sands Missile Range, NM 88002, USA
Zip Code: 88002
Country: USA
 
Record
SN06114751-F 20210829/210827230124 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.