Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

66 -- Large Laser Beam Expander - Salient Characteristics & Local Clauses

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0485
 
Archive Date
10/1/2015
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Local Clauses Salient Characteristics (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-15-T-0485. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (iv) This acquisition is set-aside for 100% Small Business. The associated NAICS code is 333314. The small business size standard is 500 employees. (v) 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: One (1) Large Laser Beam Expander (vi) Description of requirements: The Contractor shall deliver one (1) all-reflective laser beam expander for use with a laser of wavelength 800nm, a pulse width of 100 femtoseconds, and an energy of up to five (5) miliJoules pure pulse with the following specifications: Magnification of 5X Input clear aperture of 15mm diameter Output clear aperture of 75mm diameter Accommodate an input beam height of 6 3/8" from the table Mounting holes to mount onto an optical table using ¼" - 20 screws (vii) Delivery is required within twenty (20) weeks after receipt of order (ARO). Delivery shall be made to U.S. Army Research Laboratory, Adelphi Laboratory Center (ALC), 2800 Powder Mill Rd, Adelphi, MD 20783-1138. Acceptance shall be performed at ALC by an authorized Government Representative. (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 applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed, or similar, product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, which includes a well designed and manufactured part as described in the salient characteristics. Offerors shall include 2 records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. The technical acceptability 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 cuts, 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. Price will be evaluated based on the total proposed price, including options, (if any). (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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award Small Business Program Rerepresentation (July 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 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached ACC-APG Adelphi Local Clauses Full-Text document): 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 252.204-0009 Contract Wide: by Fiscal Year (Sep 2009), 252.204-7000 Disclosure of Information, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7011 Alternative Line Item Structure, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program, 252.225-7036 Buy American-Free Trade Agreements- Balance of Payments Program Alternate I (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea (aug 1992). Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-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.5152.211-4401 Receiving Room Requirements- ALC (SEPT 1999) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC- APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 9/16/2015, by 11:59 PM EST, via email to: adrian.t.barber.civ@mail.mil. (xvii) For information regarding this solicitation, please contact: Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a44f9e4908d87d7977bd57e3d1c4ed9f)
 
Place of Performance
Address: U.S. Army Research Laboratory (ARL), Adelphi Laboratory Center (ALC), Attn: W. Shensky SEE-L 2800 Powder Mill Rd, Adelphi, Maryland, 20783-1138, United States
Zip Code: 20783-1138
 
Record
SN03879534-W 20150912/150910235558-a44f9e4908d87d7977bd57e3d1c4ed9f (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.