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, 2019 FBO #6441
SOLICITATION NOTICE

66 -- Titanium Sapphire Laser

Notice Date
7/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0222
 
Response Due
8/9/2019
 
Archive Date
8/24/2019
 
Point of Contact
Jheanna Poblete (619) 556-5361
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-19-Q-0222. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. This solicitation is issued as Full and Open Competition. NAICS Code 334516 is applicable and business size is 1,000 employees. Quotes can be sent to the Contract Specialist, Jheanna Poblete via email jheanna.u.poblete@navy.mil. Facsimile or mailed quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to the Contract Specialist identified above. The solicitation will start on the date this solicitation is posted and will end on 09 August 2019 9:00 AM Pacific Daylight Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** Line Item 0001: Procure and deliver (1) Titanium Sapphire Laser. Qty. 1 Each Minimum Specifications Titanium Sapphire Laser Absolute linewidth: The linewidth of the laser should be smaller than 100 kHz in a 100 msec measurement time. The laser should have a large (greater than 10 nanometers) mode-hop free tuning range The laser amplitude noise should be less than 0.1% Due to the expected operating conditions, the cavity should be hermetically sealed. The laser operation should be fully automated, including automated scanning, with the option to have the laser located far away (~ 20-30 meters) from the controller computer. The laser should provide a minimum of 5 watts continuous wave output power at 780 nanometers. The laser should provide 1 watt of continuous wave power at 461 nm. The laser system to be provide should include a pump laser. Pump laser efficiency will be considered during selection. Provision needs to be made to allow pumping of a second laser head (to be acquired in the future). Delivery: FOB Destination. Date: 30 September 2019 Inspection and acceptance: At Destination by the Government at Naval Post Graduate School (NPS) Monterey. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Change Notice 20190628. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/ Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFARS 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to E-mail: Jheanna.u.poblete@navy.mil received no later than 06 August 2019 12:00:00 AM Pacific Daylight Time. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-6, Unique Entity Identifier FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-12, Unique Entity Identifier Maintenance FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.207-4, Economic Purchase Quantity ”Supplies FAR 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6 Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; The Government will make a single award using a low price technically acceptable (LPTA) source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an offeror must submit a proposal that does not take exception to any term of the solicitation. The contracting officer will use the following rating table: Rating Description Acceptable Proposal does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. Unacceptable Proposal takes exception to a solicitation term(s) and therefore does not clearly meet the requirements of the solicitation. Price will be evaluated by totaling the prices for all line items and subline items for which the Government has requested the offeror provide a price. An award will only be made to an offeror that satisfies the general responsibility standards of FAR 9.104-1. The contracting officer may either make a responsibility determination without requesting any information from an offeror or require the offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from an offeror will be specific to that offeror. For example, an offeror that the contracting officer is less familiar with may be required to provide information not required from another offeror. The contracting officer may consider an offeror ™s inability to promptly respond to a request for information as an indication the offeror is nonresponsible since FAR 9.103(c) obligates prospective contractors to affirmatively demonstrate their responsibility. When the contracting officer requests responsibility information, the contracting officer ™s request, the offeror ™s response, and all related communications between the Government and offeror are solely for the purpose of determining whether the offeror is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the offeror will not be given an opportunity to revise its proposal. While the contracting officer may require the offeror to provide any information related to the standards at FAR 9.104-1, the following are examples of information that may be required: 1. A demonstration, through information such as bank references and financial information (e.g., most current annual balance sheet), that the offeror has adequate financial resources to perform the contract. 2. A demonstration the offeror ™s price is not so low as to call into question the offeror ™s capability to successfully perform the contract. 3. Past performance information on recent contracts for items similar to this requirement, including a point of contact for the Government activity or commercial entity customer. 4. A demonstration the offeror can comply with the required performance schedule, including a transition plan. 5. A demonstration the offeror has, or can obtain, the organizational, management and technical skills to successfully perform. This demonstration may involve the particular personnel and approaches available to the offeror. 6. The offeror ™s quality assurance procedures. 7. The equipment and facilities the contractor will use. 8. Information demonstrating a proposed subcontractor satisfies the FAR 9.104-1 general standards of responsibility. 9. Completion of the 52.212-3 Offeror Representations and Certifications -- Commercial Items. 10. A demonstration the offeror isn ™t an inverted domestic corporation. 11. Certificate of registration of the company. 12. A demonstration the offeror has all registrations, permits and licenses required to perform the contract in the locations for which the offeror is proposing. 13. In the event the offeror is a joint venture, a Memorandum of Association which indicates who has the authority to bind the company Nothing in this provision limits the contracting officer ™s discretion to rely on information available from other sources (e.g., past performance data bases, discussions with other entities familiar with the offeror) or to use any other technique described FAR 9.1 when determining whether the offeror satisfies the FAR 9.104-1 general responsibility standards. FAR 52.212-3, Offeror Representations and Certifications ”Commercial Items FAR 52.212-3, Offeror Representations and Certifications ”Commercial Items--Alternate I FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor ”Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-15, Energy Efficiency In Energy-Consuming Products. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer ”System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American ”Free Trade Agreements ” Balance of Payments Program 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 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea--Basic REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 “ 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor ™s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. End of Clauses/Provisions. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Quotation information may be submitted via email. Submit responses to: Jheanna.u.poblete@navy.mil. Reference solicitation number: N00244-19-Q-0222 on all documents and requests for information. Quotes shall be received no later than 9 August 2019 9:00 AM NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0222/listing.html)
 
Record
SN05367330-F 20190713/190711230056 (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.