Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

66 -- HIGH ENERGY PULSED 10J GREEN LASER

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX12T026
 
Response Due
12/30/2011
 
Archive Date
2/28/2012
 
Point of Contact
Jessica Camunez, 5756788283
 
E-Mail Address
ACC-APG SCRT - Adelphi
(jessica.r.camunez@us.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 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. SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 333314 3. Subject: High Power Pulsed 10J Green Laser 4. Solicitation Number: W911QX-12-T-0026 5. Set-Aside Code: N/A 6. Response Date: 30 December 2011 7. Place of Performance: US Army Contracting Command - Aberdeen Proving Ground Adelphi Contracting Division ARL-White Sands Missile Range White Sands, NM 88002 8. (i) 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. (ii) The solicitation number is W911QX-12-T-0026. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, HIGH POWER PULSED 10J GREEN LASER, ONE (1), EA CLIN 0002, SHIPPING, ONE (1), LOT (v) Description of requirements: High Energy Pulsed Green Laser meeting the following minimum specifications: Pulsed and emits a minimum of 10 J of energy per pulse at an wavelength of 532nm; operable at a minimum pulse repetition frequency of 5 Hz with a preference for 10 Hz or greater; capable of being operated in a single shot and burst mode; linearly polarized; pulse width less than or equal to 20 nsec but not shorter than 5 nsec; linewidth less than or equal to 1 cm-1 ; single beam preferred to fulfill requirements; beam diameter 35 mm or less; spatial beam profile top hat/super Gaussian or Gaussian in both the near and far-field with a preference for top hat/super Gaussian; beam divergence 2 mrad or less; shot to shot stability greater than +/- 2% RMS; externally triggerable laser; size of the laser head less than or equal to a footprint of 6 x 9 feet with a height less than or equal to 18 inches; Power supplies mounted consisting of no more than four (4) racks of equipment with a maximum width of 24 inches, a maximum depth of 36 inches, and a maximum height of 6 feet for each rack; If a single power supply rack is proposed, rack dimensions of no more than a width of 48 inches, a depth of 48 inches, and a height of 7 feet; 220 Volt single phase power with a maximum current requirement of 150 amps; Total number of power plugs required to operate the laser not to exceed four (4); cooling requirements for the laser not to exceed a flow rate of 3.5 gallons per minute (GPM) at a maximum pressure of 45 pressure per square inch (PSI) with a cooling capacity requirement of not greater than 25 kiloWatt/hour; power cables to power supplies minimum length of 12 feet; cabling between power supply and laser head minimum length of 12 feet; one (1) control interface to control all laser modules; One (1) user manual written in English that describes the laser system operation and features; delivery time of 180 days or less after receipt of award ; a minimum warranty of 1 year, on-site setup along with a minimum of 2 eight-hour days of on-site training. (vi) Delivery is required 180 days after receipt of award.. Delivery shall be made to U.S. Army Research Laboratory (ARL), White Sands Missile Range, NM 88002. Acceptance shall be performed at the same location. The FOB point is destination. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criterion is as follows: 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 three (3) records of sales from the previous twenty-four (24) 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. (ix) Offerors shall provide evidence of current active ORCA registration or, instead, provide 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. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (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 this clause are applicable: 52.203-3 Gratuities (Apr 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.219-8 Utilization of Small Business Concerns (Jan 2011), 52.219-28 Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Sep 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sep 2010), 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.211-7003 Item Identification and valuation (Jun 2011), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010), 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2010), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7022 Representation of extent of transportation by sea (Aug 1992), 252.247-7023 Transportation of Supplies by Sea (May 2002). (xii) The following additional contract requirement(s) or terms and conditions apply: 52.016-4407 Type of Contract (Sep 1999), 52.032-4418 Tax Exemption Certification (Sep 1999), 5152.232-4003 Wide Area Workflow (WAWF) Information and Instructions, 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006), 52.011-4401 Receiving Room Requirements - WSMR Alternate II (Jan 2005). A copy of the full text of these provisions will be made available upon request. (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None (xiv) The following notes apply to this announcement: All questions must be submitted via email to jessica.r.camunez.civ@mail.mil by 11:59PM MST, 27 December 2011. (xv) Offers are due on 30 December 2011, by 12:00PM MST, at Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division, electronically to jessica.r.camunez.civ@mail.mil (xvi) For information regarding this solicitation, please contact Jessica Camunez, 575-678-8283, jessica.r.camunez.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55a10a2f5c73ae06ae3efe3d9ebe45e8)
 
Place of Performance
Address: ACC-APG SCRT - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02636775-W 20111211/111209234216-55a10a2f5c73ae06ae3efe3d9ebe45e8 (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.