SOLICITATION NOTICE
59 -- Powerlite Precision II Nd: YAG Laser Model 8000 and OPO Laser, Model sunlite EX Brand Name of Equal
- Notice Date
- 8/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX07T0216
- Response Due
- 8/27/2007
- Archive Date
- 10/26/2007
- Small Business Set-Aside
- Total Small Business
- 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; propos als are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0216. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. (iv) This acquisition is set-aside for small business . The associated NAICS code is 334510 . 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): 0001 1 each Powerlite Precision II Series, Model 8000: Q-switched Nd:YAG Laser, 10 Hz, 1200 mJ at 1064nm. 0002 1 each DS-1, TS: Second (Type 1) and Third Harmonic Generators for Powerlite Series; provides reduced energy at 532 nm. 0003 1 each SPS-2: Wavelength Separation Package for third harmonic output for pumping a Sunlite EX OPO 0004 1 each SI-2000: Injection seeder for SLM operation of Powerlite Series laser, 0.003 cm-1. 0005 1 each Sunlite EX: Narrowband BBO Type I OPO, tunability of 445-1750 nm; linewidths of less than 0.075 cm-1. Includes PC control and separation dichroics. Description of requirements: Salient Characteristics The required system is to be a Brand Name or Equal purchase of a commercially available Powerlite Precision II Nd: YAG Laser Model 8000 and OPO Laser Model Sunlite EX. These lasers are part of a system which, when combined, must function as a unit. The salient characteristics listed below apply to CLIN(s) 1 through 5. SALIENT CHARACTERISTICS 1. Nd:YAG laser must have an output of 1200 mJ or greater at 1064 nm. 2. The Contractor shall ensure that the laser linewidth at 1064 nm is less than or equal to 0.003 cm-1. 3. The Contractor shall ensure that the laser output at 355 nm greater than or equal to 300 mJ at a repetion rate of 10 Hz. 4. The Contractor shall ensure that the output of OPO is tunable from 445 1750 nm with linewidth of less than 0.075cm-1. 5. The Contractor shall ensure that the laser output at 450, 550, and 700 nm is greater than 5, 40, and 7 mj, respectively. 6. System must have PC control via Windows XP. 7. The Contractor shall ensure that the system can control an ultraviolet wavelength extension unit, which can generate a laser output from 222 nm to 445 nm, and scan the ultraviolet laser output at a rate of at least 0.15 cm-1/sec. 8. The Contractor shall ensure that the Nd: YAG laser and OPO physically bolt to one another so that the beam is not readily misaligned. 9. The Contractor shall ensure that the Nd: YAG laser and OPO are mounted in tandem, and fit on a 6 ft. x 4 ft. optical table. 10. The Contractor shall ensure that the power supply of the Nd: YAG laser is less than 30 inches x 30 inches x 30 inches. 11. The Contractor shall ensure that the Nd: YAG laser and OPO function as a unit. Both units must be from the same manufacturer. (vii) Delivery is required by 09/27/2007. Delivery shall be made to Building 434, Aberdeen Proving Ground, MD 21005-5001 Acceptance shall be performed at the same location. The 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 52.2 12-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Proposals will be evaluated in two areas: (1) ability to meet salient characteristics of the brand name product(s) and (2) past performance (defined below). Both areas are of equal importance. Price will not be evaluated but will be considered in the aw ard decision. The government will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following fa ctors shall be used to evaluate offers received. The ability of the proposed product, other than the brand name identified above, to meet the salient characteristics of the brand name product. The government contemplates purchasing a Powerlite Precision II Nd: YAG Laser Model 8000 and OPO Laser Model Su nlite EX. Offerors may propose a product other than the brand name but it must be clearly identified by manufacturer and model number and meet the salient characteristics listed in the above Statement of Work. Failure to meet any of the salient character istics will cause rejection of that offer.. Offerors shall submit performance records of the proposed product in meeting technical specifications; the offerors ability to meet delivery schedules; the offerors record of servicing the proposed product (maintenance, product updates, warranty, etc.) Offerors must provide with their proposal at least three records of past sales of the proposed product (or similar products). Submit the company name of the customer and provide a point of contact and telephone number. Offerors are encouraged to submit w ith their proposal any correspondence with these companies that indicates quality of performance. (x)Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations an d Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The successfu l offeror will be required to register with the Online Representations and Certifications Application ( ORCA). The website for online registration is www.bpn.gov and click Online Reps and Certs at the left side of the screen. (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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, Gratuities (APR 1984); 52.203-6, Restrictions on Subcontract or Sales to the Government (Sep 2006), with Alternate I (Oct 1995; 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small business Program Repre sentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor_Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal O pportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of t he Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (D ec 2004); 52.232-33, Payment by Electronic Funds Transfer_Central Contract or Registration (Oct. 2003); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005); 52.225-7012, Preference for Certain Domestic Commodities (JAN 2007); 252.225- 7014, Preference for Domestic Specialty Metals (JUN 2005); 252.232-7003, Electronic Submission of Payment Requests (MAR 2007); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 252.247-7023, Transportation of Supplies by Sea (MAY 2002); 252.247-7 024, Notification of Transportation of Supplies by Sea (MAR 2000). Clauses and provisions are incorporated by reference and can be viewed in full text at http://www.arnet.gov. (xiii) The following local contract requirement(s) or terms and conditions apply: 52.004-4409 RDECOM Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.016-4407 Type of Contract; 52.032-4408 Distribution of Invoices With Receiving Report (DFAS-OPLOC); 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions will be made availabl e upon request.(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 27 August 2007 by 4:00 PM, Eastern Standard Time, via e-mail at bonita.zander@arl.army.mil (xvii) For information regarding this solicitation, please contact Mrs. Bonita Zander at bonita.zander@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN01369143-W 20070812/070810221933 (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 |