Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

60 -- Notice of Intent to Sole Source: One (1) Modulated Fiber Laser

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0050
 
Response Due
1/28/2015
 
Archive Date
3/22/2015
 
Point of Contact
Nathlie M Hicks, 301-394-3985
 
E-Mail Address
ACC-APG - Adelphi
(nathlie.m.hicks.civ@mail.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. (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. APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (ii) The solicitation number is W911QX-15-T-0050. This acquisition is issued a Request for Quote (RFQ) / Notice of Intent to Sole Source. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-78. (iv) The associated NAICS code is 334516. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): SEE APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE PROVISION. The contractor shall one (1) modulated fiber laser. See section (vi) below for license requirements that details the items, quantities and units of measure. (vi) Description of requirements: The contractor shall provide one (1) modulated fiber laser with the following specifications: 1064-1070 nm wavelength 300 Watts, powered by 110 Volts Alternating Current (AC) Continuous Wave (CW) that can be modulated through a control voltage to at least 10 Kilohertz (kHz) Water cooled Rack mountable Fiber optic delivery system that ends in a collimator Computer communication with the laser must be analog/ RS-232 and Ethernet The beam quality must be less than 1.2, M ^2 with a collimated beam that is between 4.5 and 5.5 millimeters (mm) (vii) Delivery is required by two months after contract award. Delivery shall be made to Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at Destination. FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is not applicable to this acquisition, see provision APG-ADL-B.5152.206-4400 INTENT TO SOLE SOURCE. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) 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. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) ; 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) ; 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) ; 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012) ; 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (June 2003) ; 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) ; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) ; 52.222-26 EQUAL OPPORTUNITY (MAR 2007) ; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) ; 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) ; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) ; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) ; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.233-3 PROTEST AFTER AWARD (Aug 1996) ; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (Oct 2004) ; 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) ; 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ; 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) ; 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) ; 252.215-7007 NOTICE OF INTENT TO RESOLICT ; 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) ; 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2012) ; 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) ; 252.225-7021 TRADE AGREEMENTS ; 252.232-7010 LEVIES ON CONTRACT PAYMENTS, AS PRESCRIBED IN 232.7102 ; 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIBED IN 244.403 ; 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.232-1 PAYMENTS (Apr 1984) ; 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (Feb 2002) ; 52.232-11 EXTRAS (Apr 1984) ; 52.232-25 PROMPT PAYMENT (Oct 2008) ; 52.233-1 DISPUTES (July 2002) ; 52.244-6 SUBCONTRACT FOR COMMERCIAL ITEMS (Dec 2009) ; 52.253-1 COMPUTER GENERATED FORMS (Jan 1991) ; 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011);52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.243-1 CHANGES-FIXED PRICE (AUG 1987) 52.246-2 INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996) ; 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984);52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) ; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) ; 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) ; APG-AD-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002) ; APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) ; APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) ; APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) ; APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) ; APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 01/28/2015, by 5:00 PM EST, by email at christopher.r.moy.civ@mail.mil AND jennifer.m.mun.ctr@mail.mil. xvii) For information regarding this solicitation, please contact Christopher R. Moy, 301-394-2021, christopher.r.moy.civ@mail.mil or Ms. Jennifer Mun, (301) 394-2014, and jennifer.m.mun.ctr@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73dfc16659cdd55042d190c641f69098)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: US Army Contracting Command - APG 434 Mulberry Point Aberdeen Proving Gro MD
Zip Code: 21005-5001
 
Record
SN03621100-W 20150123/150121235029-73dfc16659cdd55042d190c641f69098 (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.