Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

66 -- Infrared Collimator

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB9154AG01
 
Archive Date
10/1/2009
 
Point of Contact
Latoria R. Glover, Phone: 8508820326, Oscar J. Casillas, Phone: 8508820322
 
E-Mail Address
latoria.glover2@eglin.af.mil, oscar.casillas@eglin.af.mil
(latoria.glover2@eglin.af.mil, oscar.casillas@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Infrared Collimator. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0EB9154AG01. The North American Industry Classification System (NAICS) code for this acquisition is 333314 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. The requirement consists of the following items brand name or equal: 0001- INFRARED COLLIMATOR. CUSTOM MIDWAVE SCENE PROJECTOR. STINGRAY P/N: SR0547-A01 (QTY 1 EA) -Minimum Requirements: • Operating wavelength 3-5 um • The collimator shall project a 2.8" circular region from the active area of the resistor array so that it fills the field of view of a camera located 64" from the end of collimator. The camera has an aperture size 5" and a total diagonal field of view 4 degrees. • The collimator shall have a minimum exit pupil diameter (defined as the pupil at the location 64" from the end of the output lens in collimated space) of 5 inches • The back working distance of the collimator shall be at least 2.0 inches. • The collimator shall have a distortion of no more than +/-0.1% over an inscribed circle from the optical center to a point half way to the edge of the field of view (i.e. full angle of 2 degrees). The collimator shall have a distortion of no more than +/-0.5% between 2 degrees and 4 degrees. • Spot Size: For a point source at infinity, the collimator, shall produce a spot at the focal plane with 75% of the energy within a 50um x 50um square, over the whole field. • The goal for transmission is 85%. • The collimator should be capable of mounting either up, down, or horizontally. The collimator housing shall be designed for mounting onto a bracket with ¼-20 holes. • The collimator shall have a reusable cover for the end facing the sensor under test, so the optical surface may be protected when the collimator is not in use. • Environmental Conditions: The collimator will be used in a laboratory environment, with an operating temperature range of 65F to 75F, and an operating relative humidity range of 20% to 60%. • The collimator should allow the LFRA to directly attach to it. 0002- FEE. NON RECURRING ENGINEERING (QTY 1 LOT) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36, effective 11 AUG 2009. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-8, Utilization of Small Business Concerns; • 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, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.247-34 FOB Destination 52.233-2, Service of Protest;, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 1 September 2009. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKB, Attn: Latoria R. Glover, 308 West D Ave. Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862, by phone (850) 882-0326, or by facsimile to (850) 882-1680, or email at latoria.glover2@eglin.af.mil. Oscar Casillas will be the alternate POC for this contract; email at oscar.casillas@eglin.af.mil or (850) 882-0322.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0EB9154AG01/listing.html)
 
Place of Performance
Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01930908-W 20090829/090828084927-54555a6c4b8814cf5e7f0ff92d509557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.