Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2013 FBO #4249
SOLICITATION NOTICE

66 -- Parabolic Mirrors

Notice Date
7/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB3120AG01
 
Archive Date
8/8/2013
 
Point of Contact
Jordan M Carrillo, Phone: 8508829897, Christopher K. Slater, Phone: 8508820334
 
E-Mail Address
Jordan.Carrillo@eglin.af.mil, christopher.slater@eglin.af.mil
(Jordan.Carrillo@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AFTC Installation Contracting Division/PZIOAB, Eglin AFB FL, intends to solicit and award a firm-fixed price contract for Parabolic Mirrors as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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. The solicitation number is F1T0EB3120AG01. The North American Industry Classification System (NAICS) code for this acquisition is (333314) with a size standard of 500 EMP. Please identify your business size in your response based upon this standard. The requirement consists of the following items: CLIN 0001 - Hardware. Mirror - 28MM. Janos Technology P/N: 907425-01 or Equal. 10 Each. Salient Characteristics: 1. Clear aperture diameter: 25MM 2. Diameter: 25MM +/- 1MM 3. Focal Length: -28MM 4. Surface Shape: Parabolic 5. Thickness: 15MM +/- 1.5MM 6. Mounting: one #8-32 tapped hole, centered on back 7. Reflectance: >96% @ 1.4-5.0 µm: >98% @ 1.835-5.0 µm 8. Surface Quality: λ/10 @ 2.0µm CLIN 0002 - Hardware. Mirror - 200MM. Janos Technology P/N: 907425-02 or Equal. 6 Each. Salient Characteristics: 1. Clear aperture diameter: 54MM 2. Diameter: 60MM +/- 1MM 3. Focal Length: 200MM 4. Surface Shape: Off-axis Parabolic 5. Off-axis Distance: 46MM from the parabola vertex to optical axis(center of mirror segment) 6. Thickness: 15MM +/- 1.5MM 7. Mounting: three #8-32 tapped holes, on back 8. Reflectance: >96% @ 1.4-5.0 µm: >98% @ 1.835-5.0 µm 9. Surface Quality: λ/10 @ 2.0µm CLIN 0003 - Hardware. Mirror - 20MM. Janos Technology P/N: 907425-03 or Equal. 10 Each. Salient Characteristics: 1. Clear aperture diameter: 25MM 2. Diameter: 25MM +/- 1MM 3. Focal Length: -20MM 4. Surface Shape: Parabolic 5. Thickness: 15MM +/- 1.5MM 6. Mounting: one #8-32 tapped hole, centered on back 7. Reflectance: >96% @ 1.4-5.0 µm: >98% @ 1.835-5.0 µm 8. Surface Quality: λ/10 @ 2.0µm CLIN 0004 - Hardware. Mirror - 24MM. Janos Technology P/N: 907425-04 or Equal. 10 Each. Salient Characteristics: 1. Clear aperture diameter: 25MM 2. Diameter: 25MM +/- 1MM 3. Focal length: -24MM 4. Surface Shape: Parabolic 5. Thickness: 15MM +/- 1.5MM 6. Mounting: one #8-32 tapped hole, centered on back 7. Reflectance: >96% @ 1.4-5.0 µm: >98% @ 1.835-5.0 µm 8. Surface Quality: λ/10 @ 2.0µm The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-68, effective 26 Jun 2013), Defense Acquisition Circular (DPN 20130710, effective 10 Jul 2013) and Air Force Acquisition Circular (AFAC 2013-0327, effective 27 Mar 2013). All FAR clauses may viewed in full text at http://farsite.hill.af.mil. The listed FAR clauses apply to this solicitation and are incorporated by reference. • 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; • 52.203-16, Preventing Personal Conflicts of Interest; • 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • 52.204-99, System for Award Management Registration (DEVIATION); • 52.211-6, Brand Name or Equal; • 52.212-1, Instructions to Offerors -¬¬ Commercial Items: Request for Quotation (RFQ) shall be submitted and contain the following information: RFQ number; time specified for receipt of offers; name, address; telephone number of offeror; email address of offeror; any discount terms and acknowledgement of all solicitation amendments (if applicable), warranty, delivery schedule. The signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein; • 52.212-2, Evaluation -Commercial Items: Evaluation will be based on the following factors: price and technical capability of item offered to meet the government's needs (Note: Quotes lacking ALL items will be deemed technically insufficient); • 52.212-3, Offerors Representation and Certifications-Commerical Items; • 52.212-4, Contract Terms and Conditions-Commerical Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012) (DEVIATION); • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commerical Items, incorporating the following: o 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate 1; o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; o 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation with Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; o 52.225-1 -- Buy American Act; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-2, Service of Protest; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-6, Authorized Deviations in Clauses; 252.204-7003, Control of Government Personnel Work Product; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commerical Items, incorporating the following: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.246-7000, Material Inspection and Receiving Report; 5352.201-9101, Ombudsman The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 24 July 2013. Vendors shall submit packages to Jordan Carrillo via email at Jordan.Carrillo@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bebf8aedd5739d21496a457ce7a773f0)
 
Place of Performance
Address: 96 TW LMCA MHU BLDG 33, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03113571-W 20130713/130711234943-bebf8aedd5739d21496a457ce7a773f0 (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.