COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
66 -- POWER-STABILIZED PULSED UV LASER
- Notice Date
- May 2, 2001
- Contracting Office
- Naval Research Laboratory (NRL-SSC), Attn: Code 3235, Building 1007, Room 44, Stennis Space Center, MS 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-01-R-SE02
- Response Due
- May 25, 2001
- Point of Contact
- Contract Specialist Eric J Sogard, Contracting officer Patricia A Lewis 228-688-5784
- 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. Solicitation number N00173-01-R-SE02 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and DFARS Change Notice 20000210. This RFP is being issued under full and open competition. The NAICS classification code is 334517 with a small business size standard of 500 employees. The contract line item number(s) are 0001, Power-Stabilized Pulsed UV Laser, 1 each. The Naval Research Laboratory (NRL) has a requirement for the purchase of a new laser capable of operating in pulsed mode at a wavelength of 248 nanometers. A major requirement of this laser is that the output of the laser shall not vary appreciably from pulse to pulse, and the relevant values are specified below. The laser shall be capable of simultaneously meeting or exceeding the following primary requirements: 1) pulse width not less than 15 ns to not greater than 40 ns, 2) energy per pulse not less than 50 mJ in a single polarization state, 3) output wavelength at 248 nanometers, 4) laser line width ,.002 nanometers (equivalent to >1.5 cm coherence length), 5) wavelength drift below .005 nm/hour, 6) pulse repetition rate at least 5 Hz, 7) pulse-to-pulse variation in normalized spatial intensity profile below 5% (This specifies constancy of beam shape from pulse to pulse. A profile is determined for each laser pulse by normalizing the intensity at each position in the beam to total energy in the beam. Normalized intensities at identical positions from one pulse shall not vary from those in other pulses by more than 5%), 8) output mode less than 2 times diffraction limit (no large inflections or sharp features in beam cross section), 9) pulse-to-pulse variation in peak power of the total beam: standard deviation below 7% measured over at 30 minutes, 10) pulse-to-pulse variation in pulse duration: below 10% measured over at least 2 hours and 11) In-specification operation shall be warranted for not less than the lesser of one year or 1000 hours of operational time. The laser design shall permit variation of the following parameters without the above requirements of minimum output energy and stability: 1) wavelength tunability from not greater than 242 nanometers to not less than 255 nanometers and 2) pulse duration variability of at least 10 nanoseconds. The laser design shall be capable of future conversion near 193 nanometers wavelength. The Required delivery date shall be no later than 4 months from date of contract award. The contractor shall deliver supplies, all transportation charges paid, to destination in accordance with the clause in titled FAR 52.24734 FOB Destination (NOV 1991). Receiving Officer, Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington DC 20375-5320. The provision at 52.212-1, Instructions to Offerors Commercial (NOV 1999), applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1999), with its offer and 252.212-7000 (NOV 1995) ,Offeror Representations and Certifications -- Commercial Items which can be found at http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf . The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), applies to this acquisition. The addenda to the clause are 1.) YEAR 2000 COMPLIANT INFORMATION TECHNOLOGY -- This requirement applies to information technology (IT) that processes date-related information. All such IT delivered under this contract shall be Year 2000 compliant as defined at FAR 39.002. 2.) REQUIREMENTS FOR ON-SITE CONTRACTORS -- For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 28 July 1999 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/home.htm. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 1995), applies to this acquisition. The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1)52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402), (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)), (12) 52.222-26, Equal Opportunity (E.O.11246), (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793), (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), (19) 52.225-18, European Union Sanction for End Products (E.O.12849), (22) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332), (23) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332), (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332), (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (SEP 1999), applies to this acquisition. The clause at 252.204-7004 Required Central Contractor Registration (MAR 1998) applies to this acquisition. The applicable Defense Priorities and Allocations System (DPAS) rating is DO-C9. Offers are due by MAY 25 2001. For information regarding the solicitation contact Eric Sogard at phone number 228-688-5980 or at fax number 228-688-6055.
- Record
- Loren Data Corp. 20010504/66SOL007.HTM (W-122 SN50K8X6)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|