Federal Bid

Last Updated on 08 Feb 2013 at 10 AM
Combined Synopsis/Solicitation
Kirtland air force base New mexico

FROG Kit

Solicitation ID F2KBAD2332A001
Posted Date 08 Jan 2013 at 9 PM
Archive Date 08 Feb 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location Kirtland air force base New mexico United states
This is a 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 being requested and a written solicitation will not be issued. This requirement is a Small Business set aside and the resultant award will be made using the lowest price technically acceptable (LPTA). The NAICS Code for this solicitation is 334515, Size Standard 500 employees.

Solicitation/ Purchase Request number F2KBAD2332A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-62 effective 20 Dec 2012.

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 THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD.

The Government intends to award one contract with multiple Contract Line Item Numbers (CLINs):

CLIN 0001: GRENOUILLE Model 15-40-USB 1EA

CLIN 0002: Fiber Collimation Package and Adapter 1EA

CLIN 0003: QuickFROG Software 1EA

CLIN 0004: Shipping


Requirements for Frequency Resolved Optical Gating (FROG):

- Must characterize femtosecond (fs) laser pulses in the wavelength ranges 1250 to 1600 nm (Nd/Yt/Fiber)

- Must be capable of measuring fs pulse lengths in the range of 40 fs to ~500 fs for wavelengths
1200 to 1600 nm

-Offers real-time operation (10 pulses per second) and diagnostics of pulses under investigation

-Should be capable of measuring single shot and multiple pulse measurements (Pulse repetition rates of KHz and MHz)

- Must yield the pulse intensity and phase vs. time

- Must yield the pulse spectrum and spectral phase

- Must provide or include software capable of displaying pulse characteristics to user in real time

-Should yield the spatial chirp

-Should make no assumptions about the pulse

UNIT OF MEASURE: EA
DESIRED DELIVERY DATE: 30 Days ARO
F.O.B. DESTINATION
Inspection and Acceptance: DESTINATION

The following provisions and clauses apply to this procurement: FAR 52.204-99 -- System for Award Management Registration (DEVIATION), FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Alt I Offerors Representation and Certification- Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and 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, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18; 52.225-13, 52.225-25; 52.232-33; 52.219-1, 52.252-2 clauses and provisions may be accessed in full text at http://farsite.hill.af.mil; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial; DFAR 252.203-7000, DFAR 252.203-7002, DFAR 252.204-7003, DFAR 252.215-7007, DFAR 252.225-7001


52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)
The contracting officer shall insert the following clause in all solicitations and resultant contracts.
Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012)
This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012.
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(End of Clause)
52.252-6 -- Authorized Deviations in Clauses.
As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause.
Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(End of Clause)

In accordance with the FAR 13.106-1(a)(2) Soliciting Competition, offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers.

All payments are to be paid via the Internet through the Wide Area WorkFlow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www/wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/ contract number or invoice will be required to inquire status of your payment.

Firms responding to this announcement shall include company name, DUNS number, cage code, point of contact, address, F.O.B. Destination, estimated delivery date, warranties if applicable and business size using NAICS Code 334515, Size Standard 500 employees. Requests for Quotes (RFQs) are due no later than 15 January 2013 at 2:00pm MST (Mountain Standard Time). Quotes may are to be emailed to [email protected]. Identify your quotes with the corresponding program title and solicitation number:

Solicitation: FROG Kit
Solicitation number: F2KBAD2332A001

ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov or by email [email protected]. Interested parties must be valid in their Representations and Certification on SAM. Registration is processed through SAM.

Bid Protests Not Available

Similar Past Bids

Pennsylvania 31 May 2025 at 4 AM
Pennsylvania 31 May 2025 at 4 AM
North carolina 11 Mar 2021 at 5 AM
Southeastern Pennsylvania Not Specified
Washington 05 Aug 2014 at 5 PM

Similar Opportunities

Location Unknown 16 Jul 2025 at 3 PM (estimated)