Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

66 -- Alfalight, part AC2-976-31-213 or equivalent

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2KBAD6356A100
 
Response Due
2/23/2007
 
Archive Date
3/10/2007
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334413, Size Standard 500. Solicitation/Purchase Request number F2KBAD6356A100 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-14 effective 22 November 2006. The Government intends to award two contract line items: Contract Line Item Number (CLIN 0001) for CPM II, 976+/-3nm, 21W pump+signal module 6+1:1, SM-PM 5/125um signal passthru (axis aligned), with integrated TEC controller. QUANTITY: 15 UNIT OF MEASURE: Each, DESIRED DELIVERY DATE: 4 weeks After Receipt of Order, FOB: DESTINATION . Inspection and acceptance: DESTINATION. Contract Line Item Number (CLIN 0002) for 14-pin cooled butterfly diode, at 976 nm, 2.5 watts, 105/125/250um fiber with an NA of 0.15. . QUANTITY: 10 UNIT OF MEASURE: Each, DESIRED DELIVERY DATE: 4 weeks After Receipt of Order, FOB: DESTINATION . Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6, 52.219-6; 52.219-8, 52.219-14, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.225-13, 52.232-33; FAR 52.204-4; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/;; DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items.; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.243-7002;] Addendum to DFAR 252.212-7001 252.225-7002; All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 9 February 2007 (Eastern Standard Time) 2:00 PM. Offers may be mailed to 377 CONS/LGCA, ATTN: Karen Barber, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB NM 87117-5606, emailed to karen.barber@kirtland.af.mil, or faxed to (505) 846-2150 ATTN: KAREN BARBER. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Place of Performance
Address: 377 CONS/LGCA, Bldg 20604, 2000 Wyoming Blvd SE, Kirtland AFB, NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01233895-W 20070218/070216222745 (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.