Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

66 -- Laser Diodes

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-02-R-JR06
 
Response Due
4/5/2002
 
Archive Date
4/20/2002
 
Point of Contact
Jerry Riles, Contract Specialist, Phone 228-688-4259, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
jriles@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 solicitation, N00173-02-R-JR06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-03. The associated NAICS code is 334413 and small business size standard is 500 employees. (1) INTRODUCTION: NRL has a requirement for High power laser diode packages which are required for pumping an ytterbium solid-state laser. The steady state, single bar devices must deliver 20 Watts near 1000 nanometers when operated near room temperature. Each bar must be mounted in a conductively cooled package including a collimating cylindrical lens. The current requirement is for 350 diode packages, with an initial delivery of 24 packages, and four additional delivery options for the remaining 326 devices, over a 12-month period (2) SPECIFICATIONS: The following specifications are applicable: PERFORMANCE SPECIFICATION a. Operation temperature 20 to 30 C b. Average wavelength of diode lot 1001 plus/minus 1 nm at 25 C c. Total range of wavelength 998-1003 nm at 25 C d. Average power of all diodes at greater than or equal to fixed current 23 W at 25 C e. Minimum power 20 W at 25 C f. Operation lifetime greater than or equal to 500 hr g. Slow axis divergence less than or equal to 12 (FW @ 95 percent power) degrees. h. Collimation of fast axis less than or equal to 3 (FW @ 95 percent power) degrees. i. Nominal dimensions 11 x 20 x 5 mm j. Fastener provisions Two Number 6 thru holes k. Anode & cathode connections Threaded 6-32 holes (3) DOCUMENTATION: The contractor shall provide the necessary performance data for each device showing measured power, current, wavelength, and temperature. (4) WARRANTY: All hardware shall be warranted in accordance with standard commercial practices. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery of the initial 24 packages shall be within 60 days after contract award. The remaining 326 packages, distributed among four delivery options, may be exercised each three-month period over an additional 12-month period. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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) price (2) technical capability of the item offered to meet NRL?s need (3) past performance. Technical and Past Performance combined, are of equal importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, Convict Labor , 52.233-3, Protest after Award, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-14, Limitations on Subcontracting, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restriction on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFAR 252.205-7000, DFAR 252.205-7000, DFAR 252.225-7001, DFAR 252.225-7012, DFAR 252.227-7015, DFAR 252.227-7037, DFAR 252.243-7002, DFAR 252.247-7023 The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. Any resultant contract will be a DO Rated order under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of the proposal. An original and two (2) copies of the offeror?s proposal shall be delivered to Contracting Officer, Bldg. 1007, Room 47, Naval Research Laboratory-SSC, Stennis Space Center, MS, 39529-5004, on or before 4:00PM, local time, 05 April 2002.. The package should be marked with the solicitation number and due date and time.
 
Record
SN00037178-W 20020308/020307125021 (fbodaily.com)
 
Source
FedBizOpps.gov 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.