Federal Bid

Last Updated on 24 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Gibson Pennsylvania

Fiber Laser Beam Combination

Solicitation ID F2KBAD3154A001
Posted Date 09 Aug 2013 at 9 PM
Archive Date 24 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Do Not Use
Agency Department Of Defense
Location Gibson Pennsylvania United states 20202
Solicitation Number:
F2KBAD3154A001
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
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; quotes are requested and a written solicitation will not be issued. This requirement is advertised as Full and Open. The NAICS Code for this synopsis/solicitation is 334419, Other Electronic Component Manufacturing, 500 employees.
Solicitation/Purchase Requisition Number F2KBAD3154A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66 effective 1 April 2013.
The Government intends to award one (1) contract with three (3) contract line item number:

CLIN DESCRIPTION QTY UM
0001 Fiber Coupled Module 6 EA

0002 Optoskand 2 meter fiber 200um, .22NA pigtail termination
6
EA

0003 Shipping
1
EA

Fiber Coupled Laser Diode Module Threshold value

Center Wavelength 976 nanometers
Center Wavelength Tolerance ±2 nanometers

Minimum Output Power from fiber Equal to or greater than
600 Watts
Spectral Width - Full Width Half Max (FWHM) Less than or equal to 5 nanometers
Slope Efficiency Equal to or greater than 20Watts/Amp

Fiber Specifications
Deliver Fiber Core Diameter 200 micrometers
Deliver Fiber Numerical Aperture 0.22

Deliver Fiber Connector Type Quartz Block Holder (QBH)
cooleed
Deliver Fiber Cladding Light Virtually free of cladding modes

Electrical Specifications
Electrical to optical power conversion efficiency Greater than 45%
Threshold Current (ITH) Less than 3.5 Amps
Operating Current (IOP) Less than 40 Amps
Operating Voltage (UOP) Less than 50 Volts

Thermal Specifications
Operating Temperature +20°C to +25°C
Storage Temperature 0°C to 55 °C
Transportation Temperature -20 °C to 55°C
Coolant Flow Rate 600 liters/hour
Operating Water Temperature +20°C to +25°C
Maximum Particle Size less than 10 micrometers
Alignment and Safety Specifications
Integrated pointer laser and power meter Visible alignment low power laser
Integrated Negative Temperature Coefficient (NTC)
thermistor temperature sensor
Active temperature monitoring

Integrated fiber plug control in QBH fiber connector
Integrated safety interlock - engineering control

In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. Price will be considered before determining technical acceptability. Technical acceptability is determined by conformance to CLIN specifications.

In accordance with FAR 13.106-1(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform, price, cost and/or cost realism analysis is grounds to reject the quote
Quotes may be E-mailed (preferred) to [email protected] or mailed to AFNWC/PZIA, ATTN: Susan Myers 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Susan Myers

The following provisions and clauses apply to this solicitation:
52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms & Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply;52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.223-18, 52.225-13, 52.232-33; ] FAR 52.219-1, Small Business Program Representations Alt I; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran, Business Program;

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Alt A, System for Award Management; Applicable to Defense Acquisitions of Commercial Items within DFARS 252.212-7001, the following clauses apply; [DFAR 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Jan 2009); DFARS 252.232-7003; DFARS 252.247-7023, Alt III, Transportation of supplies by sea.] DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications;

AFFARS 5352.201-9101 Ombudsman

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or
AFNWC Ombudsmen:

Ms Jeannine Kinder AFNWC/PK E-Mail: [email protected]
Phone: (505) 846-1924 Fax: (505) 846-0122

Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
Provisions and clauses incorporated by full text:
FAR 52.212-3, Offeror Representations and Certification-Commercial Items, Alt I, (all offerors shall include a completed copy of this provisions with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.

FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil

FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil
DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid, Delinquent Tax Liability or a Felony Conviction under any Federal Law ( Please fill out Attachment 1)
Attachments:
DFARS and AFFARS clauses

Please consult the list of document viewers if you cannot open a file.
(Draft)
Posted Date:
Contracting Office Address:
AFNWC/PZIB
8500 Gibson SE, Bldg 20202

Kirtland AFB, New Mexico 87117-5606
United States
Place of Performance:
Kirtland AFB
Kirtland AFB, New Mexico 87117
United States
Primary Point of Contact.:
Susan Myers
[email protected]
Phone: 5058538094

NOTE: please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. Any offeror providing an "or equal" product shall describe thoroughly how their product meets all the required characteristics listed below in the statement of objectives. Failure to do so will render that offeror non-responsive and will not be considered for award.

 

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 23 Nov 2009 at 7 PM
Location Unknown 30 Nov 2021 at 5 AM
New cumberland Pennsylvania 01 Apr 2021 at 4 AM
Philadelphia Pennsylvania 12 May 2021 at 10 AM
Jber Alaska 11 Sep 2014 at 1 AM

Similar Opportunities

Pennsylvania 27 Jul 2025 at 4 AM (estimated)
Pennsylvania 27 Jul 2025 at 4 AM (estimated)
New iberia Louisiana 15 Jul 2025 at 7 PM