Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1999 PSA#2262

Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW, Washington, DC 20375-5326

60 -- SOLID STATE LASER SYSTEM, AT THE NAVAL RESEARCH LABORATORY, WASHINGTON, DC SOL N0017399-R-MN06 POC Contact, Contract Specialist, Michelle Nicholl, Contracting Officer, Carol Parnell, (202) 767-4597 WEB: http://heron.nrl.navy.mil/contracts/home.htm, http://heron.nrl.navy.mil/contracts/home.htm. This is a combined synopsis/solicitation for a commercial item 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. This solicitation, N00173-99-R-MN06, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) through Federal Acquisition Circular 97-10 and for Defense Federal Acquisition Circular 91-13. The small business size standard for this Acquisition is 100 and the Standard Industrial Classification (SIC) Code is 5049. This acquisition is unrestricted. The Naval Research Laboratory has a requirement as follows for CLIN 0001 (1 each): 1.0 Requirement: A Solid State Laser System including high power, rapidly pulsed Neodymium Laser and a tuncable Optical Parametric Oscillator for frequency conversion specifications: 2.0 Specifications, the system consists of: 2.1. -- Wavelength 1.0 micron; average paower better than 40 watts in TEM00 beam; pulse rate greater than 2 kHz; peak power consistent with 10% OPO frequency conversion; pointing stability better than 50 microradians; power stability better than 5% within 20 to 100Hz bandwidth; reliability better than 100 hr between services. 2.2 -- Optical Parametric Oscillator -- Tuning range continuous from 1.8 to 2.1 microns; average power better than 2 watts throughout tuning range; linewidth less than 5nm throughout tuning range; pointing stability better than 50 microradians; power stability better than 5% within 20 to 100 Hz bandwidth; reliability better than 100 hr between services. Documentation: Operation and Maintenance Manuals are required. Testing: -Confirmation of proper laser operation shall be performed by the Government upon delivery of the system. Delivery and Acceptance is NRL, 4555 Overlook Avenue, S.W., Washington, D.C., FOB Destination, 4 weeks after date of contract award. The FAR and DFAR provisions and clauses cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instruction to Offerors-Commercial Items (AUG 1998) which applies to this acquisition. The following are addenda to this provision. The proposal must demonstrate an understanding of all requirements covered in the Request for Proposal's (RFP) terms and conditions. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases of the RFP's Statement of Work or Specification in whole or in part, will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -Commercial Items (JAN 1999) which applies to this acquisition. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 shall be used to evaluate offers: (1) Technical capability of the item offered to meet the needs of the Naval Research Laboratory; (2) price; and (3) past performance. Offerors are advised to include with their offer a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items. Links to the acquisition web sites can be found at http://heron.nrl.contracts.navy.mil . The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998) applies to this acquisition. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 1999) applies to this acquisition. The following additional clauses cited under FAR Clause 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; FAR 52.219-8, Utilization of Small Business concerns and Small Disadvantaged Business Concerns; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Union Sanction for End Products (JAN 1996), FAR 52.247-64, Preference for Privately-Owned Flag Commercial Vessels; DFARS Clause 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 clauses listed in DFARS 252.212-7001 apply to this acquisition: DFARS 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns; DFAR 252.225-7001, Buy American Act and Balance of Payments Program (JAN 1994); DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payment Program; DFARS 252.227-7015 Technical Data-Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. In addition to the clauses listed in paragraph (e) of DFAR Clause 252.212-7001, the contractor shall include the terms of the following clauses 252.204-7004, Required Central Contractor Registration (MAR 1998); and 252.232-7009, Payment By Electronic Funds Transfer (CCR)(JUN 1998). Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated as aresult of this solicitation must be received no later than 5 days before the closing date. Offers, 2 copies, must be delivered to the Contracting Officer, code 3230mn, Bldg. 222, Rm 115A, Naval Research Laboratory, 4555 Overlook Avenue, S.W, Washington, D.C. 20375-5326 and received no later than 4:00 p.m. E.S.T. on 27 January 1999. The package should be marked RFP N00173-99-R-MN06, Closing Date: 27 January 1999. For information regarding this solicitation, contact Michelle Nicholl, Contract Specialist at (202) 767-4597 or e-mail inquiries to: nicholl@contracts.nrl.navy.mil. All responsible sources may submit a proposal which shall be considered by the agency. Posted 01/12/99 (W-SN287156). (0012)

Loren Data Corp. http://www.ld.com (SYN# 0244 19990114\60-0001.SOL)


60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page