SOLICITATION NOTICE
66 -- Dream OAP Mirror
- Notice Date
- 12/16/2020 3:38:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- SLAC Natl Accel Lab -DOE Contractor Menlo Park CA 94025 USA
- ZIP Code
- 94025
- Solicitation Number
- 0000314960
- Response Due
- 1/3/2021 5:00:00 PM
- Archive Date
- 01/04/2021
- Point of Contact
- Sophia Perry, Phone: 6509263605
- E-Mail Address
-
sophiap@slac.stanford.edu
(sophiap@slac.stanford.edu)
- Description
- SLAC National Accelerator Laboratory is operated by Stanford University for the Department of Energy. As a management and operating contractor, subcontracts awarded by the Laboratory are not Federal procurements, and are not directly subject to the Federal Acquisition Regulations in 48 CFR. Nonetheless, certain Federal laws, Executive Orders, and regulations may affect our DOE approved purchasing system, as required by statute, regulation, or contract terms and conditions. SLAC National Accelerator Laboratory has a requirement for Dream OAP Mirror including on-site services. Technical Evaluation Criteria: (a)�� �Substrate: Clearceram, Zerodur or equivalent (b)�� �Physical dimensions: 65 x 55 mm (c)�� �CA: 45 x 33 mm (d)�� �Thickness: 20 mm (or as required to meet surface figure) (e)�� �Segment Focal length: 110 mm (f)�� �Off axis angle: 90 Deg. (g)�� �Chamfers: < 1 mm (h)�� �Coating: UV enhanced aluminum (i)�� �Surface quality: 10-5 scratch dig (j)�� �Central hole: �: 3 mm +0.1/-0.0, axis parallel to deviated (reflected, converging) beam axis (k)�� �Parabolic surface figure exclusion zone, �: 6 mm centered on 3 mm through hole (l)�� �Reflected Wavefront Error: < 32 nm RMS (m)�� �Slope Gradient Error: < 10 ?rad for scale lengths: 1-10 mm (n)�� �Requirements must be achieved on the fully assembled unit (that is, the optical figure requirements apply to the as-mounted optic). (o)�� �The assembly must conform to specific optomechanical requirements (overall size, mounting interface details) as well as a vacuum cleanliness standard per attached. (p)�� �Requires on-site support (q)�� �UHV Application up to -13 Torr, Baking up to 120C (r)�� �Strain/Stress free mounting to Hexapod support (model number: SMARPOD 70.42) Source selection will be based on Lowest Priced Technically Acceptable. Please provide the following: 1.�� �Price and lead-time proposal � Submit your proposal on or before January 03, 2021. 2.�� �Terms �� SLAC proposes the resulting purchase order be issued on a fixed price basis. SLAC National Accelerator Laboratory Terms and Conditions for Fixed Price Commercial Supplies and Services (Rev. December 2016) will be made a part of the resulting order. Along with On Site Supplemental Terms and Conditions for Green Services Rider (September 2020). Please confirm your acceptance of SLAC�s Terms and Conditions. Please confirm your acceptance of SLAC�s Terms and Conditions. The Covid-19 Rider for Service Contractors formalizes current COVID-19 Safety requirements at SLAC as a contractual requirement, and also makes available on a strict voluntary basis, COVID-19 nasal swab testing at the SLAC site. � 3.�� �Since work will be conducted on-site at SLAC, please provide me the following documents: ������ (a)�� �Injury and Illness Prevention Program Acknowledgement Form (IIPP) � please complete and return. ������ (b)�� �Representations & Certifications Rider � is required for this procurement, please complete and return. ������ (c)�� �Certificate of Liability Insurance (COLI) � A sample of the COLI is provided for reference. Please make sure the COLI�������� includes in the descriptive block the following statement: ""The Board of Trustees of the Leland Stanford, Junior, University (University), the U.S. Department of Energy (DOE), and their officers, employees and agents are additional insured's under the comprehensive liability policies; such policies are primary as to any loss to which the insurance coverage provided thereby is applicable, including bodily injury, personal injury, property damage, and vehicle liability, without right of contribution� from any insurance otherwise maintained by the University or DOE.� Insurer waives all right of subrogation against the University and the DOE.� The policy shall include a cross liability or severability of interests clause to the waiver of subrogation."" Make sure the certificate is made out to: The Board of Trustees of the Leland Stanford, Jr., University 2575 Sand Hill Road Menlo Park, CA 94025 NOTE: The language under sections ""Description of Operations"" and ""Certificate Holder"" MUST be written exactly as described above otherwise it will be rejected. 4.�� �Service Contract Act � Under the Service Contract Act called out under FAR 52.222?41 of the SLAC Terms and Conditions, please confirm personnel performing the work will meet the SCA Wage requirements for San Mateo County for the appropriate Job Classifications. The Wage Determination 2015?5637 Rev15, dated: 6/13/2020 is attached for your reference. 5.�� �Buy American Act (BAA) Certification � applies to item(s) that are over $10,000/unit � please complete and return. 6.�� �All subcontractors are required to register in the System for Award Management (www.sam.gov). 7.�� �This solicitation falls under the reporting requirements of E-Verify.� Within thirty (30) days of award of a Subcontract the awardee must provide proof of enrollment in the E-verify Program.� If proof of enrollment is not received within the specified timeframe the subcontract may be subject to cancellation.� If you are unfamiliar with E-verify the following link will provide you with detailed information.� www.dhs.gov/E-Verify 8.�� �Freight terms will be FOB Destination Prepaid and Add. You are requested to mark and identify proprietary/confidential information provided in response to the solicitation. Please contact me directly with any questions.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/851af7bdb29e4ed988adce6d3ce5077b/view)
- Place of Performance
- Address: Menlo Park, CA 94025, USA
- Zip Code: 94025
- Country: USA
- Zip Code: 94025
- Record
- SN05875828-F 20201218/201216230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |