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