Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2008 FBO #2405
SOLICITATION NOTICE

60 -- ERBIUM FIBER LASER

Notice Date
6/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB847000-8-42285SRG
 
Response Due
7/7/2008 12:00:00 PM
 
Archive Date
7/22/2008
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110, DianaRomero, Phone: 303-497-3761
 
E-Mail Address
suzanne.romberg-garrett@noaa.gov, diana.romero@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Erbium Fiber Laser (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) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NB847000-8-42285SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 335999. The business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001: Two Erbium Fiber Lasers. (VI) Description of requirements with the following: CLIN 0001: The 5W version of the Erbium Fiber Laser should be centered at 1555.4(+/-0.1) nm with an output power greater or equal to 5 W, power stability better than 1% and a frequency line width smaller or equal to 100 kHz. Below are some further options that are not absolutely necessary, but could be useful for our intended task. If you can offer some of these options and they are non-standard, these should be broken out separately in the quotation. CLIN 0001 - Option 1: Tunability, not necessary as long as the stated target wavelength is met, otherwise sufficient tuning range should be provided to reach the target wavelength. CLIN 0002 - Option 2: Stable linear output polarization. CLIN 0003 - Option 3: Amplitude modulation (for active power stabilization) to a bandwidth greater or equal to 1 MHz. CLIN 0004 - Option 4: Output isolation, the laser will be coupled into a periodically poled crystal; therefore some level of back-reflection is expected. While the laser can be protected with an external (free-space) isolator, internal isolation could be advantageous. (VII) Place of delivery is FOB Destination to NIST, Building 22, 325 Broadway, Boulder, CO 80305. (VIII) Required delivery is no later than 18 weeks after receipt of order. All Federal Acquisition Regulation (FAR) full text Terms and Conditions can accessed at http://www.arnet.gov/far/. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) "Price on an all or none basis" is hereby completed as follows: Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quote shall include product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein; Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the contractor's recent and relevant procurement history. Offerors must provide a list of at least two (2) references to which the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery, description of the equipment provided; Price. Offers will be evaluated based on the factors set forth above and award will be made to the firm offering the best value to the Government. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2006), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XIII) The following clauses are also applicable to this acquisition:52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222 36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3 Buy American Act-Supplies. Reference; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following additional contract requirements or terms and conditions apply: 52.217-7 Option for Increased Quantity-Separately Priced Line Item and 52.217-5 Evaluation of Options. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. MST on July 7, 2008. All quotes must be faxed or emailed to the attention of Diana Romero and Suzanne A. Romberg-Garrett, Purchasing Agent. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov and Suzanne.Romberg-Garrett@NOAA.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero and Suzanne A. Romberg-Garrett via email at Diana.Romero@noaa.gov and Suzanne.Romberg-Garrett@NOAA.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a58ca6475675e4f752728526430a91de&tab=core&_cview=1)
 
Place of Performance
Address: 325 BROADWAY MC 3, BUILDING 22, BOULDER, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01600884-W 20080627/080625220328-19544c5283d410fc535e83ceeb6893c8 (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.