Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

66 -- PICOSECOND Ti:SAPPHIRE LASER WITH DOUBLER

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-03-P-0057
 
Archive Date
12/27/2002
 
Point of Contact
Benny Terry, Contract Specialist, Phone 719-333-4143, Fax 719-333-4404,
 
E-Mail Address
benny.terry@usafa.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items or services 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. This solicitation is issued as a Request for Proposals (RFP), solicitation number F05611-03-P-0057, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The North American Industrial Classification System (NAICS) number is 334413 and the business size standard is 500 employees. The proposed acquisition is reserved 100% for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit proposals. LINE ITEM 0001: PICOSECOND Ti:SAPPHIRE LASER WITH DOUBLER specifics are as follows: Ti:Sapphire Laser with an external doubler consisting of the following criteria: Single set of optics covering the entire wavelength region of 700-1000 nm; Use Kerr Lens Modelocking (KLM) for stable modelocking and reliability; Sealed purgeable enclosure; optional user determined pump beam directions; Group Velocity Dispersion (GVD) compensation for picosecond pulses accomplished by Gires-Tournier Interferometer (GTI) end mirror; Produce soliton-like nearly transform limited pulses; Integrated pump steering optics for easy alignment; Average power > 1.2 W; Repetition rate of 76 MHz; Pulse width of <3 picoseconds; Horizontally polarized output beam with TEMoo spatial mode; Beam diameter of 0.8 mm or less; Power stability of <5% over two hours; RMS noise <2% from 10 Hz to 2 MHz; Integral power level and CW detection with synchronized output signal; Skip-free wavelength tuning in pulsed or CW mode; and External doubler for pulsed picosecond operation. Quantity: 1 (One) Unit Price $__________ Total Price __________. Delivery requirement: FOB for this RFP is Destination. Proposals received with FOB other than Destination will be not be considered. Delivery will be required no later than 30 days after receipt of contract. This is a 52.211-6 Brand Name or Equal acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Addendum to 52.212-1: The Acceptance Period is 60 days. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. Offers will first be evaluated on a pass or fail basis to determine whether offers of equal products meets the salient physical, functional, or performance characteristics as stated above. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements in this document. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4: 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996), 52.247-34 FOB Destination (Nov 1991), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 11, 12, 13, 14, 15, 16, 19, 21 and 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following 52.203-3, DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.243-7002 Requests for Equitable Adjustment. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ Offers must be received NLT 4:00PM Local Colorado Time, 12 December 2002, at 10th ABW/LGCB, ATTN: Benny T. Terry Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Proposals must be clearly marked with the solicitation number and date/time due as well as with the statement: Proposal enclosed - Time sensitive. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated.
 
Place of Performance
Address: 8110 Industrial Drive, Suite 200, USAF Academy CO
Zip Code: 80840
Country: USA
 
Record
SN00218319-W 20021208/021206213535 (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.