Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20, 2001 PSA #2918
SOLICITATIONS

66 -- TUNABLE LASER SYSTEM

Notice Date
August 16, 2001
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
ZIP Code
20705
Solicitation Number
15-3K47-01
Response Due
September 7, 2001
Point of Contact
Keina Burrier, Contract Specialist, Phone 301-504-5888, Fax 301-504-5009, Email burrierk@ba.ars.usda.gov
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 15-3K47-01, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-27. The USDA requires a tunable laser system for use in the development of on-line spectroscopic/imaging systems for safety and quality inspection of food products. The NAICS code is 334510, with a small business standard of 500 employees. The Government intends to award on a sole source basis to OPOTEK, Inc., 2233 Faraday Avenue, Carlsbad, CA 92008, pursuant to FAR Subpart 6.3. Inside delivery is required to FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350, within 90 days of award. Line Item 01: Tunable Laser System, Rep rate 10Hz, system includes Brilliant B, Q-Switched Nd-YAG Laser with second and third harmonics, air-cooled, 110 V, single phase, OPO Model VIS. Tuning range 410-690nm. Minimum energy of 25 mJ at 420 nm. Motorized tuning computer controlled. Including V1 software modules for tuning control. Dimensions of the system are 25"(L) x 13" (W) x 9" (H). With side port to access the residual 355 nm beam. Line Item 02: Expansion lenses for the 355 nm and the OPO beam. The lenses will be designed to expand the beams to 25 or 50 cm spots at 100 cm from the laser. The lenses will be mounted to the laser head bench with screws. A beam dump will be incorporated in the cover to block unused beam. Line Item 03: Comptroller, computer control system including spectrograph, A/D card, tuning control software. Line Item 04: Installation, training, warranty and shipping to FOB destination. The following minimum capabilities are provided: A research grade solid-state tunable laser system, with tuning range in the visible region of the spectrum from 410 nm to 690 nm. The system incorporated an optical parametric oscillator (OPO) and a Nd:YAG pulse laser with approximately 750 mJ at the fundamental wavelength operating at 10 Hz. This tunable laser system must provide a minimum energy of 25 mJ/pulse at 420 nm, 45 mJ pulse at 500 nm, 40 mJ/pulse at 600 nm. The OPO incorporates stepping motor, and the tuning can be controlled via a PC. The system incorporates a spectrograph for real-time wavelength and pulse energy measurement via a PC, which enables operation modes such as Scan, Burst, and absorption measurements. The Nd:YAG/OPO/spectrograph integrated system is a turnkey system and the laser head including OPO, UV module, and control electronics must be no larger than 25"(L) x 13" (W) x 10"(H) in dimension. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to a technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1.technical capability of the item offered, 2. past performance and 3. price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All offerors must include a completed copy of FAR 52.212-3 with their response. FAR 52-212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-4, 52.225-13, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. Section 508 Accessibility Compliance Clause: All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194. Viewable at http:www.access-board.gov/sec508/508standards.htm-PART 1194. The following standards have been determined to be applicable to this contract: 1194.21 Software applications and operating systems. "The contractor must denote in the schedule whether each product or service is compliant or non compliant with the accessibility standards at 36 CFR 1194.21. For each line item that is compliant the contractor shall provide evidence or verification of compliance. The quotation must indicate where full details of compliance can be found (e.g. schedule attachment, vendor's website or other readily available location)." CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-34 and 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. Fax quotations are acceptable to Keina Burrier (301)504-5009 on or before September 7, 2001 by 4:30 p.m.(EST). All responsible sources may submit a quotation which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. The anticipated award date is September 17, 2001.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/ARS/PaCS/15-3K47-01/listing.html)
Record
Loren Data Corp. 20010820/66SOL016.HTM (D-228 SN50V1K7)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 16, 2001 by Loren Data Corp. -- info@ld.com