Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
MODIFICATION

66 -- High Bright Laser Diode

Notice Date
6/22/2006
 
Notice Type
Modification
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0100
 
Response Due
6/23/2006
 
Archive Date
7/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 22 Jun 06,posted 1715. Announcement is amended to include a question/answer regarding the solicitation. QUESTION: The request did not specify the package design required or preferred. I also need to ask if you can accept a tolerance on the wavelength of 935nm requested. Can it be +/- 10nm or what can you accept?" ANSWER: We require operation of the wavelength to be centered at 935nm (a spectral width of less than 6 nm is desired). If the package can be temperature controlled to reliably operate at 935 nm, it is satisfactory. It is not totally clear what is meant by wavelength tolerance. If +/- 10 nm wavelength tolerance signifies that the package will operate at 935 +/- 10 nm depending on the temperature, it is acceptable as long as we can reliably temperature control it to be centered at 935 nm. END OF AMEND 22 JUN 2006 (1715) This combined synopsis/solicitation is issued as a 100% SMALL BUSINESS SET ASIDE. The solicitation number is FA8601-06-T-0100. Quotes are due by 10:00 a.m. (Eastern Standard Time), MONDAY, 26 JUNE 2006, to the point of contact identified at the end of this notice. This is a REQUEST FOR QUOTES 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; quotes are being requested. Quotes will only be accepted from Small Business offerors. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, 19 May 2006, and class deviation 2005-0001. Paper copies of this announcement will not be issued. The associated North American Industry Classification System (NAICS) code is 333314. The size standard is 500 employees. The Small Business Nonmanufacturer Rule applies to this procurement. This rules means that a contractor under a small business set aside shall be a small business under the applicable size standard and provide either its own product or that of another domestic small business manufacturing or processing concern. The proposed purchase is for 5 each High Power Diode Laser Module. Minimum requirements are attached to this announcement. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is most advantageous to the Government and conforms to the requirements in this solicitation. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. The website for new registration is http://www.ccr.gov. Click on "start new registration." Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number (if one); unit description, unit price (each component priced separately); total price; indicate what amount of price is for labor; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information/cost. Quotations shall be submitted with shipping terms of FOB Destination. Quotations shall clearly demonstrate the offeror?s ability to provide the requirements by providing a point-by-point comparison as to how the product being offered meets or exceeds the minimum requirements. The Contracting Officer will evaluate products on the basis of the evaluation factors listed in the solicitation and the information furnished by the contractor or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION THAT IS NOT IDENTIFIED IN THE QUOTE. Quotations shall be accompanied by a completed Representations and Certifications (May 2004 and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which is attached to this announcement. The following Federal Acquisition Regulation provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.212-1, Instructions to Offerors; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision are: 1) technical capability of the item offered to meet the Government requirements; 2) price, and 3) delivery time]; 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contract and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; and 52.252-5, Authorized Deviations in Provisions The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.219-6, Small Business Set Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-6 Authorized Deviations in Clauses (the fill in portion of this clause is: Defense Federal Acquisition Regulation (48 CFR Chapter 2). The following AFFARS Clause, either by reference of full text, apply to this acquisition: 5352.201-9101 Ombudsman (the fill in portion of this clause is: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.211-7003 Item Identification and Evaluation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (the following applies to paragraph (b) of this clause: 252.225-7001 Buy American Act and Balance of Payments Program; and 252.232-7003 Electronic Submission of Payment Requests). 252.225-7001 Buy American Act and Balance of Payments; 252.225-7002 Qualifying Country Sources as Subcontractor (Apr 2003) 252.232-7003 Electronic Submission of Invoices Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Representations and Certifications - May 2004 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements Quotations (with the accompanying reps and certs AND point-by-point comparison) are due by 10:00 a.m. (Eastern Standard Time), MONDAY, 26 JUNE 2006 to: Email is the preferred method of conveyance of quotes. Rachel Hock, 88 CONS/PKBB Fax is 937-656-1412 (Fax shall indicate ATTN: Rachel Hock and number of pages). E-mail is Rachel.Hock@wpafb.af.mil. Questions should be directed to Rachel Hock at Phone 937-522-4547.
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN01075589-W 20060624/060622221043 (fbodaily.com)
 
Source
FedBizOpps 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.