Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2007 FBO #2022
SOLICITATION NOTICE

66 -- CW Single Frequency laser

Notice Date
6/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0176
 
Response Due
6/18/2007
 
Archive Date
7/3/2007
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Solicitation number FA7000-07-T-0176, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2001-17 effective May 15, 2007 and Class Deviation 2005-00001 effective January 24, 2005. The North American Industrial Classification System (NAICS) number is 334413 and the business size standard is 500 employees. The proposed acquisition is a Brand Name or Equal for a JDSU NPRO type M126N-1064-700 laser with M125/6-OPN-PS power supply. All responsible sources may submit a response, which if timely received, will be considered by 10MSG/LGCB. The Government does not intend to pay for any information provided under this synopsis. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. The USAF Academy has a requirement for two narrow line width laser systems for use in fiber doubling experiments. The laser systems must be capable of producing 700mW of single longitudinal mode laser light. This allows us to produce optical harmonics in our waveguides and poled fiber faculty research laboratories. Line Item 0001 Quantity 2 Each Unit Cost $__________ Extended Cost $__________ The following information provides the salient characteristics that will satisfy the Government?s needs: Single frequency CW Nd:YAG laser system; 700mW output power; TEM 00 output mode; 1064 nm output wavelength; amplitude noise<0.2%; linewidth < 10kHz; diode pumped head; microprocessor controlled power supply with cables; includes relaxation noise oscillation reduction; includes fast tuning and broad tuning to allow locking to external cavities. Please submit your proposal 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 proposal solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Sep 2006), and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this acquisition. The evaluation factors are price and technical which will be rated pass fail. If offer is an or equal ensure all technical data is included with the proposal . Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, (Nov 2006) with its offer. Offerors must complete online Representations and Certifications through ORCA at www.orca.bpn.gov . The clause 52.212-4, Contract Terms and Conditions--Commercial Items, (Feb 2007) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (DEV)(Mar 2007) applies to this acquisition, no addenda applies. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.204-7 Central Contract Registration (Jul 2006); FAR 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action For Workers With Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Apr 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchase (Feb 2006); FAR 52.232-33 Pay by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim(Oct 2004); FAR 52.242-15 Stop-Work Order (Aug 1989); FAR 52.212-4(j)(2), F.o.b. Destination (Feb 2007). DFARS Clauses Incorporated; DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate (Jun 2005); DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007), applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) in addition to DFARS: 252.204-7004, Required Central Contractor Registration (Nov 2003). 252.225-7021, Trade Agreements, (Aug 2003). AFFARS 5352.201-9101, Ombudsman The full text of any provision can be accessed electronically at http://farsite.af.mil. Delivery Requirement: FOB for this RFP is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: United States Air Force Academy Building 8110 Security Drive, Door 11 USAF Academy, CO 80840 Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 75 DAYS ARO. Offers must be received NLT Noon Mountain Daylight Savings Time 18 June 2007, at 10 MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Proposals may be emailed or faxed to the attention of Will Schlegel, Contract Specialist, 719-333-3629 or email to will.schlegel@usafa.af.mil. Please contact Russell W. Jordan, Contracting Officer, 719-333-6224 or email to Russ Jordan at russ.jordan@usafa.af.mil in my absence. (End of Text)
 
Place of Performance
Address: USAF Academy,CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01314147-W 20070610/070608224214 (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.