Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428

Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW, Washington, DC 20375-5326

66 -- OPTICAL AMPLIFER SOL N00173-99-R-LS08 POC Contract Specialist, Lisa Fleming, Code 3230.LS 202-767-3739, Contracting Officer, Caroll A. Parnell, Code 3230.CP 202-767-3739 WEB: http://heron.nrl.navy.mil/contract/home.htm, http://heron.nrl.navy.mil/contract/home.htm. This is a combined synopsis/solicitation for a commercial item 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. This solicitation, number N00173-99-R-LS08, is a request for proposals (RFP). The small business size standard for this acquisition is 100 and the SIC code is 5049. This acquisition is being issued as unrestricted. The Naval Research Laboratory (NRL) has a requirement for (1) an optical amplifier (2 Each) that meets or exceeds the following specifications: two watts of output power; the fiber gain medium and all internal components must be polarization maintaining; optical bandwidth of 1535 -- 1570 nm; Gain equalization of +/- 0.7 dB over 1540 -- 1567 nm; Noise figure must be less than 5.0 dB; The residual pump at input/output must be -70 dBm; input/output fiber must be 1.5 meters (equivalent to Fujikura SM 15-P); Must contain an RS232 Interface; Optical power instability of less than 2% over 8 hours; Polarization sensitivity of less than 0.2 dB; Polarization extinction of greater than 20 dB; Small signal gain of greater than 40 dB; Input optical isolation of greater than 40 dB; and an Output optical isolator. The NRL also has a requirement for (2) an optical amplifier that is polarization maintaining, with one Watt of output power (1 Each) and (3) an output optical isolator and an optical amplifier with an output optical isolator that is polarization maintaining with 500 milliwatt of output power (1 Each). Both Item number 2 and 3 must meet or exceed the following specifications: The fiber gain medium and all internal components must be polarization maintaining; The optical bandwidth must be between 1530 and 1570 nm; the Gain equalization must be +/- 0.7 dB over 1533 -- 1567 nm; the Noise figure must be less than 5.0 dB; the Residual pump at input/output must be -70 dBm; the Input/output fiber must be 1.5 meters (equivalent to Fujikura SM15-P); there must be an RS232 interface; the Optical power instability must be less than 2% over 8 hours; the polarization sensitivity must be less than 0.2 dB; the Polarization extinction must be greater than 20 dB; the small signal gain must be greater than 40 dB and finally the input optical isolation must be greater than 40 dB. The required delivery schedule is not later than 90 days from contract award, but the desired delivery schedule is 45 days from contract award. The contractor shall deliver the system (all shipping charges paid) to FOB Destination point NRL, Washington, DC. Inspection and Acceptance will take place within seven (7) days of delivery. The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) through Federal Acquisition Circular 97-12 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91-13. The following clauses and provisions are hereby incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are also advised to include with their offer a completed copy of the following provisions: FAR 52.212-3 -- Offerors Representations and Certifications -- Commercial Items and DFARS 252.225-7000 -- Buy American Act-Balance of Payments Program Certificate, both of which can be found at the following web site: http://heron.nrl.navy.mil/contracts. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet the NRL's need, (2) price, and (3) past performance. The technical capability and past performance factors, when combined, are of equal importance in comparison to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Within 52.212-5, the additional clauses that are applicable to this acquisition are FAR 52.203-6, 52.219-4, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18, 52.232-33, and 52.247-64. The clauses at DFARS 252.212-7001, Contracts Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001, that are applicable to this acquisition are: DFARS 252.204-7004, 252.225-7001, 252.225-7007, 252.225-7012, 252.225-7036, 252.243-7002, and 252.247-7024. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15.CFR 700). Any questions regarding this solicitation must be received no later than five (5)days prior to the closing date set forth below. Offers must be delivered to Contracting Officer, Code 3230.LS, Bldg. 222, Rm. 115A, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 and received no later than 4:00 PM EST on 14 September 1999. The package should be marked with the RFP number and the closing date of the solicitation. For information regarding this solicitation contact Lisa Fleming, Contract Specialist at (202) 767-3739 or via e-mail at fleming@contracts.nrl.navy.mil. All responsible sources may submit a proposal, which shall be considered by the agency. Posted 09/07/99 (W-SN377060). (0250)

Loren Data Corp. http://www.ld.com (SYN# 0311 19990909\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page