Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

59 -- Diode Laser LDF400-180-939 laser head

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-T-0155
 
Response Due
9/17/2004
 
Archive Date
11/16/2004
 
Point of Contact
Raymond Burgess, 301-394-4348
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(rburgess@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; propo sals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-04-T-0155. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular 01-24. (iv) The associated NAICS code is 334413. The small business size standard is 3674. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINS QTY ITEM 0001 1 EA Diode Laser LDF400-180-939 0002 1 EA Working Optics 0003 1 EA Shipping (vi) Description of requirements: The above items are manufactured by Laserline GmbH, Fraunhofer Strasse, D-56218 Mulheim-Karlich. Germany and are being solicited on a Brand Name or Equal basis. The following are the salient characteristics for these i tems: CLIN 0001. Diode Laser LDF400-180-939 laser head: Compact water cooled diode laser head with 180 W CW optical output power at fiber end? Fiber in coupling unit can be removed and instead of this a free space working optics can be used, expected power level without fiber coupling 250 W ? Wavelength 935 nm +/- 3 nm @ 20 ?C, FWHM less than 4 nm? Bars will be selected to meet customer requirement of peak wavelength 939 at higher temperature preferable at 25 ?C). Before final assembly the actual bar wavelength data will be provided to the cu stomer to prove the wavelength requirement is met - 1 stack design, polarized beam before fiber coupling Laser head can be upgraded to 340 W with 2nd stack (not polarized) ? Beam quality 40 mm mrad (FWHM: Full Width Half Maximum) Laser light cable 400 ? m fiber with NA 0,22, lengths 5 m? Fiber is not monitored, if requested fiber can be delivered as an option with monitoring for rupture, temperature? Laserline Fiber plug to mount further optical elements to laser head? Dimensions of the laser head: 270 x 166 x 136 mm? (without fiber coupling unit) ? Weight of the laser head without fiber coupling unit: 9 kg? Separate water circuit leading to the diode laser head ? Optimized water conditions are required as de-ionized water ( less than 5mS/cm, particle filter (less than 80?m), Recommended water flow 1,8 l/min with 1.5 - 2 bar water pressure? Power requirements: max. 60 A, approx. 12 V? Overcurrent and overvoltage protection required ? The diode laser contains no laser protection device and is a Class 4 laser system according to VBG 93 ? Maximum humidity: 80 % at 25? C. CLIN 0002. Working Optics? Exchangeable modular working optics including cover slide mount? Co nsists of collimation optics, focusing optics and cover slide? Spot dimensions at a focal length f = 325/67 mm: 0,28 x 0,22 mm? (FWHM)? Working distance from last cover slide approx. 50 mm ? Outside diameter of optics: 68 mm ? Optional: different focal len gths and auxiliary components Adapter to mount working optics on the laser head. CLIN 0003 Shipping with destination as FOB point (vii) Delivery is required two months after award of the contract. Delivery shall be made to the Army Research Laboratory , 2800 Powder Mill Road, Adelphi Maryland 20783-1197. Acceptance shall be performed at Army Research Laboratory, 2800 Powder Mill Road, Adelphi Maryland 20783-1197. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offero rs - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as foll ows: Technical, past performance and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The technical evaluation will be a determination as to equality of the product to the brand name and shall be based on information furnished by the vendor The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furn ish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be eva luated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitati on and will be most advantageous to the government, price and other factors considered. The government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provis ion at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commerci al Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52. 203-6; FAR 52.211-6; FAR 52.219.8; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-37; FAR 52.225-15; and FAR 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007 alternate I; DFARS 252.225-7012; DFARS 252.225-7016; DFARS 252.225-7036; and DFARS 252.247-7023 alternate I. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following local contract requirement(s) or terms and conditions apply: ARL-B-004-4409; ARL-B-004-44 11; ARL-G-032-4408; ARL-H-004-4408; ARL-H-005-4401; ARL-B006-4400; ARL-L-15. Clauses and Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO-C9. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due on 17 September 2004, by 24:00 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email t o rburgess@arl.army.mil. (xvii) For information regarding this solicitation, please contact Raymond Burgess, Contract Specialist at (301) 394-4348, FAX (301 ) 394-1660 or email at rburgess@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00669038-W 20040911/040909212645 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.