Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

60 -- Laser/Amplifier - Complete System

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
F2KBAA4226A001
 
Point of Contact
Susan G. Myers, Phone: 505-853-8094
 
E-Mail Address
Susan.Myers@US.AF.Mil
(Susan.Myers@US.AF.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: F2KBAA4226A001 Solicitation Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and authorized by FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside. The NAICS Code for this synopsis/solicitation is 334413, Size Standard 500 Employees. Solicitation/Purchase Request Number F2KBAA4226A001 is issued as a Request for Quote (RFQ) in accordance with FAR Subpart 13.5. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76 effective 25 July 2014. The Government intends to award (1) one Purchase Order with (8) eight Contract Line Items (CLIN 0001) ECD004r2 --Monolithic Block external Cavity Diode Laser to include Hermetic Seal, Beam-Steering Mirror, Water Cooling Connections or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: ECD004r2 or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0002) 810AR150--Laser diode, AR Coated, 770 to 820nm, up to 150mW extra cavity or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: 810AR150 or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0003) MOA001/795 --Tapered Amplifier, 2000mW or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: MOA001/795or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0004) DLC252 --Electronics package for seed laser up to 140mW or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: DLC252 or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0005) Arroyo--Electronics package for Amplifier or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: Arroyo or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0006) ETO4LP --Faraday Isolator, Low Power or Equal Specifications: Quantity: 4 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: ETO4LP or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0007) EOT4MP --Faraday Isolator, High Power or Equal Specifications: Quantity: 2 EACH Manufacturer: MOGLabs USA Manufacturer Part Number: EOT4MP or equal FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 30 days after Award (CLIN 0008) Shipping and Handling In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of best value. In accordance with FAR 13.106-2(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. The provision FAR 52.212-2 -- Evaluation -- Commercial Items, the Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The other factors considered will be the ability to meet the salient characteristics of the requirement above. Award shall be based on the best values to the Government Quotes may be submitted via: mail to AFNWC/PZIA, ATTN: Susan Myers, 8500 Gibson Blvd. SE, Bldg. 20202, Kirtland AFB, NM 87117; or email susan.myers@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30 MB. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30 MB will not be received by this office. Quotes are due no later than 4:00 PM, MDT, 25 September 2014. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6 -- Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program. DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances The following full text provisions and clauses apply to this procurement: FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses and provisions incorporated by reference 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/ FAR 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-000009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Class Deviation-Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Primary: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Alternate: Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser.us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b09230fba0483af165740eb7edc9353e)
 
Place of Performance
Address: 8500 Gibson SE Bldg. 20202, Kirtland AFB, New Mexico, 87110, United States
Zip Code: 87110
 
Record
SN03518602-W 20140920/140919000120-b09230fba0483af165740eb7edc9353e (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.