Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

66 -- Laser

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0164
 
Response Due
6/18/2009
 
Archive Date
8/17/2009
 
Point of Contact
Robin Stoltz, 301-394-3381<br />
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(rstoltz@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; proposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-09-T-0164. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. (iii) This acquisition is full and open. The associated NAICS code is 334413. The small business size standard is 500. (iv) The following is the contract line item number and item, quantity and units of measure: CLIN 0001 Laser, Seven (7) each to include shipping in accordance with the statement of work/Specifications. (v) Statement of Work/Specifications -Center Wavelength is 1532.5 nanometers. -Center Wavelength Tolerance is 1.5 nanometers. -Continuous Wave Optical Output Power is greater than 100 Watts. -Output Fiber is 200 micron diameter core size, 240 micron diameter cladding size, 3 meters long with SMA connector. -Output Fiber Core Diameter is 200 micron meters. -Fiber Numerical Aperture is 0.22. -Spectral Width (Full Width Half Maximum) is less than 1.5 nanometers. -Threshold Current is less than 10 Amps. -Operating Current is less than 70 Amps. -Operating Voltage is less than 7.5 Volts. -Mode of Operation is continuous wave mode. -Thermal Resistance is less than 0.25 degree per Watt. -Operating temperature: 15 to 35 degree Celsius. - Storage Temperature Range is negative 30 to positive 60 degrees Celsius. (vi) Delivery is required no later than twelve weeks after the award is made. Delivery shall be made to the Army Research Laboratory, Adelphi, MD. Acceptance shall be performed by an authorized Government Representative at the Government site. The FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://farsite.hill.af.mil/VFFAR1.HTM or http://farsite.hill.af.mil/VFDFAR1.HTM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) Offerors shall include a completed copy of the provision 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. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely 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 furnish as part of their proposal all descriptive material (such as illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated 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 (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 2 records of sales from the previous six (6) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) 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 these clauses are applicable: 52.203-3, 52.203-6, 52.212-1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 252.225-7012, 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 and 252.247-7024. (xii)The following additional contract requirement(s) or terms and conditions apply: n/a (xiii) The following notes apply to this announcement: N/A (xiv) Offers are due on 18 June 2009 by 1159 PM Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0164/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01839021-W 20090610/090608235322-2dcaab6e8028efd64a18b6fc4569c2f0 (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.