Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2006 FBO #1551
SOLICITATION NOTICE

66 -- (2) Tiger Laser Systems

Notice Date
2/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0041
 
Response Due
3/1/2006
 
Archive Date
3/31/2006
 
Description
This is a combined synopsis/solicitation for commercial items or services of a NAME BRAND OR EQUAL item 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; quote is being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), under RFQ number FA7000-06-T-0041, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07, Effective 3 Jan 2006. The North American Industrial Classification System (NAICS) number is 334517 and the business size standard is 500 employees. The proposed acquisition is a brand name or equal as specified below: 10 MSG/LGCB, USAF Academy, CO has a requirement for two (2) Sacher-Lasertechnic Tiger Laser Systems as follows: 1 (ea) 780 nm Tunable Littrow Laser System to include the following: - External Cavity Diode Laser System in the Littrow Configuration - 780 nm center wavelength on output - 750 mW CW output from the diode laser in both single longitudinal and spatial modes - M2 <1.7 - Linearly polarized >100:1 - Beam divergence < 2mrad - Coarse tuning of > 15 nm, fine tuning of >0.3 nm - Mode hop free fine tuning range of > 3GHz - Linewidth at 1 ms < 2 MHz, < 15 MHz at 20 seconds - Complete with laser current supply, piezo drive, and ramp generator - Drive current modulation from DC to 100 kHz - Must supply up to + 3000 mA of drive current - TEC drive current + 4A - Ramp generator operation from 0.1 Hz to 10 kHz - Piezo amplifier operation from ?13 V to 13 V - Remote control interfaces must include USB, GPIB, and RS 232 - FC single mode fiber coupler output with >50% efficiency 1 (ea) 850 nm Tunable Littrow Laser System to include the following: - External Cavity Diode Laser System in the Littrow Configuration - 852 nm center wavelength on output - 500 mW CW output from the diode laser in both single longitudinal and spatial modes - M2 <1.7 - Linearly polarized >100:1 - Beam divergence < 2mrad - Coarse tuning of > 15 nm, fine tuning of >0.3 nm - Mode hop free fine tuning range of > 3GHz - Linewidth at 1 ms < 2 MHz, < 15 MHz at 20 seconds - Complete with laser current supply, piezo drive, and ramp generator - Drive current modulation from DC to 100 kHz - Must supply up to + 3000 mA of drive current - TEC drive current + 4A - Ramp generator operation from 0.1 Hz to 10 kHz - Piezo amplifier operation from ?13 V to 13 V - Remote control interfaces must include USB, GPIB, and RS 232 - FC single mode fiber coupler output with >50% efficiency Delivery FOB Destination. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Add to 52.212-2 "The government will award a purchase order resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to the RFQ and be the most advantageous to the government, price and other factors considered. All responsible small business sources may submit a proposal, which shall be considered by the agency. If an offering is made on an ?or equal? item, include technical data (i.e. cut sheets, etc.) for evaluation. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price, which meets the Name Brand or Equal Specifications provided above. Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery/Ship To address: Transportation Officer ? FE7000 Transportation Officer 8110 Security, Door 11/12/13 USAF Academy CO 80840 FOB: Destination Delivery Date: 30 Days After Receipt of Order or Better Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Included are DFARS 252.225-7014 ALT I Preference For Domestic Specialty Metals (Jun 2005) ? Alt I; and DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests in addition to DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. Delivery for this requirement is FOB Destination. Proposals may be submitted via hard copy, fax (719)333-9103, or e-mail. Anticipated award date will be on or around 3 March 2006. Point of contact is Michella Hill, 10 MSG/LGCB, 8110 Industrial Dr. USAF Academy, CO 80840-2315, (719) 333-2478, Michella.Hill@usafa.af.mil or Russ Jordan, (719)333-6224, Russell.Jordan@usafa.af.mil
 
Place of Performance
Address: Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO
Zip Code: 80840-2315
Country: USA
 
Record
SN00992487-W 20060224/060222212432 (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.