Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOLICITATION NOTICE

66 -- KrF Excimer Laser

Notice Date
4/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-02-R-JW01
 
Response Due
5/29/2002
 
Archive Date
4/19/2003
 
Point of Contact
James Waldenfels, Contract Specialist, Phone 202-767-3003, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
 
E-Mail Address
waldenfels@contracts.nrl.navy.mil, parnell@contracts.nrl.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-JW01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 06, DCN #20020314, and NAPS 97-15. This requirement is being procured under full and open competition. The associated NAICS code is 334517 and small business size standard is 500 employees. NRL has a requirement for Contract Line Items Numbers (CLINS) as follows: 0001, quantity 1, each, a new excimer laser using krypton-fluoride (KrF) gas, which possesses all of the following specifications: (1) Laser operation is at 248 nm with pulse energies of 1.2 Joules or more. (2) Able to continuously run at repetition rate of 5 Hz. (3) The laser has the following guaranteed durability requirements, each in terms of the number of shots or one year from date of invoice, whichever comes first: must reliably operate 500 x 10 to the sixth power shots for the new laser system, must reliably operate 500 x 10 to the sixth power shots on new laser tube, must reliably operate 500 x 10 to the sixth power laser shots on spare part laser tube, must reliably operate 500 x 10 to the sixth power laser shots on the thyratron and varsitors in the triggering circuit, and must reliably operate 500 x 10 to the sixth power laser shots on the power supply. (4) The optical components must be easily accessible. (5) The jitter for 5 Hz operation of the laser must be less than 2.5 ns. (6) The beam dimension must be between 10 to 15 mm x between 25 to 35 mm. (7) The beam divergence must be less than or equal to 1 mrad x 3 mrad for NRL use. (8) The dimensions of the laser head should not exceed 2.0m in any dimension, and the total package, also including the power supply and vacuum pump, should not exceed 2.5m in any dimension. (9) The pulse duration should be no less than 25 nanoseconds (FWHM). (10) The output laser pulse-to-pulse waveform repeatability (amplitude and time) should be better than or equal to 3%. Delivery and acceptance are at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 90 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items, is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) technical capability of the system offered to meet NRL's requirements, (2) price, and (3) past performance. Technical capability and past performance, when combined, are significantly more important than price. 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 that paraphrase the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. Past performance will be evaluated based on data available from Government and other sources; reference information may be requested. 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 clauses 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, apply to this acquisition. The following additional FAR clauses cited in the latter clause are applicable to the acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, 52.232-33, 52.247-64 with Alternate 1. 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 following additional DFARs clauses cited in the clause are applicable: 252.225-7012, 252.225-7014, 252.225-7015, 252.225-7016, 252.225-7036, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. The warranty must include all parts and labor to repair or replace defects, and be good for at least one year from the date of invoice or the 500 x 10 to the sixth power laser shots, whichever comes first. Consumables and maintenance items are excluded. All optics, O-rings, halogen and particle filters are considered consumable items. The warranty voids in the case of apparent misuse, incorrect operation, or unauthorized repair. A standard operating and maintenance manual(s) shall be included. Any resultant contract will be DO(C9) Rated 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 this solicitation. An original and 2 copies of the offeror's proposal shall be received on or before 4:00 P.M. local time, May 29, 2002, at the Naval Research Laboratory, Attn: Contracting Officer, Bldg. 222, Room 115, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. The following numbered note applies: none.
 
Place of Performance
Address: Contractor Facility
 
Record
SN00063230-W 20020421/020419213403 (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.