Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

66 -- Collimator Lens

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBBB1039A001
 
Archive Date
3/23/2011
 
Point of Contact
Jeff Bennett, Phone: 8508820277, Carnell W. James, Phone: (850) 882-0356
 
E-Mail Address
jeff.bennett@eglin.af.mil, carnell.james@eglin.af.mil
(jeff.bennett@eglin.af.mil, carnell.james@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center Operation Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Collimator Lens. 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 F1TBBB1039A001. The North American Industry Classification System (NAICS) code for this acquisition is 333314 with a size standard of 500 employees. THIS IS A SMALL BUSINESS SET ASIDE. Please identify your business size in your response based upon this standard. The technical requirements on the item are as follows: The Kinetic Kill Vehicle Hardware-in-the-Loop simulation (KHILS) facility located at Eglin AFB, Florida has a requirement for a LWIR projector lens. The lens will be mounted on a flight motion simulator (FMS) in a laboratory environment as shown in Figure 1. The LWIR lens will be used to project collimated IR imagery that is emitted from a 512 x 512 element infrared resistor array. The specification is for a 7.07 degree diagonal field-of-view (FOV) collimator. The collimator specifications are listed in Table 1. The outer axis of the FMS has a 355.6 mm x 355.6 mm (14x14 inch) square aperture and is 1117.6 mm (44 in) away from the unit under test (UUT). The FMS arm is 203.2 mm thick (8 in). The collimator must fit within the existing collimator mount located on the outer arm of the FMS (Figure 1), 355.6x355.6x965.2 mm (14x14x38 inches). The specifications for this collimator are as follows below: Table 1 Optical Specifications Spectral Band - 8-12 micrometers Diagonal FOV - 7.07 Degrees Input Image Size - 26.0096 mm x 26.0096mm (36.78mm Diagonal) Input Image Location (location of resistor array) - >/= 30mm behind collimator assembly Exit Pupil Diameter - 52 mm Overall length (front surface of collimator to input image location) - </= 660.4 mm (resistor array package is ~ 304.8 mm length so the total length front surface to the back of the resistor package is 965.2 mm (38 inches) Exit Pupil Location - 1117.6 - 1320.8 mm Transmission - >or = 80% Distortion - Less Than: 0.5% at FOV center and 1% at FOV edge Blur - Diffraction Limited ~ 10 microns Vignetting - No Vignetting Over Entire Image Format Mechanical Specifications Optical Assembly - Totally Enclosed, concentric, tapered tube assembly Mounting - Flat baseplate, optical assembly mounted on flat baseplate with following dimensions, Length = length of optical assembly, Width ~ Diameter of largest optic, Height of Optical Axis = 177.8 mm (7.0 in.) above baseplate bottom. - Baseplate Mounting Bolt Holes: five holes at each end of baseplate on a line perpendicular to optical axis with 25.4 mm (1.0 in) center to center separation, Five-hole pattern centered on optical axis, holes bored ¼ - 20 bolt clearance The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-48. 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 (May 2004) • 52.222-3, Convict Labor (June 2003) • 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Aug 2009) • 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • 52.222-26, Equal Opportunity (Mar 2007) • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) • 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998) • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) • 52.247-34, FOB Destination (Nov 1991) • 52.233-2, Service of Protest (Sep 2006) • 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; (Jul 1995) • 52.223-11 Ozone-Depleting Substances; (May 01) • 52.252-2 Clauses Incorporated by Reference; (Feb 1998) 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 (Apr 2003) • 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) and Online Representations and Certifications Application (www.orca.bpn.gov) before award can be made. All quotes will be evaluated using LPTA (Lowest Price Technically Acceptable). The quote is at the discretion of the offeror. Ensure all shipping costs are included in your proposal, FOB Destination. Send all packages to AAC/PKOB Attn: Jeff Bennett by facsimile to (850) 882-0277 or email at jeff.bennett@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBBB1039A001/listing.html)
 
Place of Performance
Address: 101 W. Eglin Blvd, Ste 150, EAFB, FL 32542, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02389122-W 20110302/110228234247-577688ea650d9cbd89f265b6c2f61176 (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.