Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
SOLICITATION NOTICE

66 -- Single mode fiber laser

Notice Date
3/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F73DFP33180300
 
Response Due
3/4/2004
 
Archive Date
3/19/2004
 
Point of Contact
Mike Slocum, Contract Specialist, Phone (719)333-6081, Fax (719)333-9103,
 
E-Mail Address
michael.slocum@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
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 Quotations (RFQ), solicitation number F73DFP33180300, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The proposed acquisition is set aside 100% for small business. Women owned and disabled veteran owned small businesses are encouraged to submit quotations. LINE ITEM 0001: Linearly polarized 1064 nm 10W fiber laser, Quantity 1 each Unit Price $__________________. LINE ITEM 0002: laser diode driver for CLIN 0001, Quantity 1 Unit Price $__________________ LINE ITEM 0003: Narrow linewidth option for CLIN 0001, which provides for 0.05 nm linewidth output. Total Price for CLINS 0001, 0002 and 0003 $____________________ This is a 52.211-6 Brand Name or Equal acquisition. The Brand Name for this acquisition is the IPG Photonics model YLM-10-LP-1064 and associated AC/DC drive electronics. System should consist of the following: * 10W continuous wave fiber laser * 5 meter delivery fiber * 1064 nm output wavelength (?? = 1.0 nm) * TEM00 output mode for beam * Linearly polarized output * Polarization extinction ratio of 17 dB * M? of < 1.1 * Collimated 5.0 mm beam diameter at 1/e? * Output power stability of 2% over 4 hours * Laser output fully stabilized in 15 minutes or less * Included 24 VDC power supply (operates on 110 VAC) To be considered for award, offers of equal products must meet the salient physical, functional, or performance characteristics specified. The system should consist of the following: a device capable of capturing delivering 10 W of continuous laser power at 1064 nm in a single mode, collimated, TEM00 beam. This will allow the required laser power to our experiments without sacrificing beam quality. Delivery requirement: FOB for this RFQ is Destination. Proposals received with FOB other than Destination will not be considered. 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 15 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. 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. 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) 11, 12, 13, 14, 16, 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 provision or clause may be accessed electronically at http://farsite.hill.af.mil/ 52.215-5 Facsimile Proposals (Oct 1997) (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 719-333-9103. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document -- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. Offers must be received NLT 4PM Local Colorado Time, March 4, 2004 at 10th MSG/LGCB, ATTN: Mike Slocum Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations 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: USAF Academy, Colorado
Zip Code: 80840
 
Record
SN00534398-W 20040303/040301222434 (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.