Federal Bid

Last Updated on 25 Dec 2015 at 9 AM
Combined Synopsis/Solicitation
Maryland

High Energy Fiber Laser

Solicitation ID W911QX-16-T-0023
Posted Date 03 Dec 2015 at 5 PM
Archive Date 25 Dec 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Maryland United states
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: 66

2. NAICS Code: 334516

3. Subject: High Energy Fiber Laser

4. Solicitation Number: W911QX-16-T-0023
5. Set-Aside Code: NA

6. Response Date: 12/10/15
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
2800 Powder Mill Road
Adelphi, MD
20783-1138, USA

8.

(i) 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; proposals are being requested and a written solicitation will not be issued.

APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015)

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to Rofin-Sinar, Inc., 40984 Concept Drive, Plymouth, Michigan, 48170-4252. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

(ii) The solicitation number is W911QX-16-T-0023. This acquisition is issued as an request for quotation (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 05 August 2015.


(iv) The associated NAICS code is 334516. The small business size standard is 500 employees.

(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: one (1) Rofin FL015C Compact Fiber Laser and one (1) Climate-Control according to the requirements listed below in Section vi. (Unit: 1 Lot)

 

(vi) Description of requirements:

Quantity of one (1) Rofin FL015C Compact Fiber Laser (Part Number: 100101195-015CS)
Quantity of one (1) Climate-Control Unit (Part Number: 120112854)

Ultra-compact in size (total laser system volume <0.5 m3)
ii) high-power (output power ≥ 1.5 kWatts),
iii) single-mode operation,
iv) minimum beam quality 0.4 mm x mrad
v) overall weight < 200 kg
vi) overall price/watt ≤$100/watt
vii) optical wavelength 1070 nm ±10%
vii) process an integrated pulse generator and intensity ramping
ix) conduction water-cooling along the inner and outer cladding


(vii) Delivery is required no later than ten (10) weeks after contract award (ACA). Delivery shall be made to the U.S. Army Research Laboratory (ARL), Adelphi, MD. Acceptance shall be performed at ARL, Adelphi, MD. The FOB point is ARL, Adelphi, MD.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A


(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause; None


(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)
52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014),
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)
52.222-26 EQUAL OPPORTUNITY (MAR 2007) FOR Veterans clause
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUL 2014)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010),
52.222-50 CombatingTrafficking in persons clause
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)
252.211-7003 Item Identification and Valuation
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011)
252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate (with Alternate I)
252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013)

(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-4, 52.204-16, 52.204-18 52.232-40, 52.243-4, 52.246-4, 52.246-20, 52.249-2, 52.249-2 Alt I, 252.204-0007, 252.204-7000, 252.211-7003 ALT I, , 52.245-2, 52.247-12, 52.246-20,

52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated By Reference
252.225-7013 Duty Free Entry
252.232-7006 Wide Area Workflow Payment Instructions (May 2013)

52.004-4409 ACC - APG POINT OF CONTACT (APR 2011);
52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002);
52.016-4407 TYPE OF CONTRACT (SEP 1999);
52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999)
52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999);
APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999)
APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010)
APG-ADL-C.5152.237-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES (JUL 2012);
APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011)
APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE
Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A

(xv) The following notes apply to this announcement: N/A

(xvi) Offers are due on 12/10/15 by 1:00 PM EST by email to [email protected].

(xvii) For information regarding this solicitation, please contact Swati Jain (301) 394 0045, [email protected].

 

Bid Protests Not Available