SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government.
The Request for Quotation (RFQ) number is FA2521-14-Q-B150 shall be used to reference any written responses to this sources sought.
Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516 . The size standard for NAICS is 500 employees.
The requirement is to provide the following items
0001 Single Photon counters 50μm Diode (detector area)
(ThorLabs P/N SPCM50A) 4 EA
0002 Si Biased photo detectors
(ThorLabs P/N DET025AFC) 2 EA
0003 120 VAC Power supply for photo detectors
(ThorLabs P/N DETlB) 2 EA
0004 Si biased fast moni tor-output photodetector
(ThorLabs P/N PDB460A-AC) 1 EA
0005 25mm bandpass filter
(ThorLabs P/N FLl-153 2-4) 1 EA
0006 25mm bandpass fi lter
(ThorLabs P/N FLH I 064-8) 1 EA
0007 Shearing interferometer for 1-3 mm beams
(ThorLabs P/N SI035) 1 EA
0008 30mm Cage adapter plate for shearing interferometers w/ SM-I viewing plate (ThorLabs P/N SICPSM I ) 1 EA
0009 Magnified beam viewing plate for 1-10mm beams
(ThorLabs P/N SIVS) 1 EA
Salient Characteristics:
0001 Better than 200Hz dark count rate
350nm to 900 nm functional response range, peak at 500nm
TrL input
USB compatible interface
0002 ea 400nm-1000nm functional response range
Minimum 2Gz usable bandwidth Fiber Coupled
0004 320nm- 1000nm range
DC-200Mhz Band width AC Coupled
0005 532nm Center wavelength
4nm Bandwidth
Better than OD 5 for out of band rejection
0006 1064nm Center wavelength
8mn Bandwidth
Better than OD 5 for out of band rejection
What is the purpose of the item(s): Detect photon activity.
The government is interested in all small businesses including (8(a), Historically
Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses
(SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged
women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB)
that are interested in performing this requirement. The government requests interested
parties submit a brief description of their company's business size (i.e. annual revenues
and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone,
or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements,
and a description of similar services offered to the Government and to commercial
customers.
Any responses involving teaming agreements should delineate between the work that will
be accomplished by the prime and the work accomplished by the teaming partners. The
Government will use this information in determining its small business set-aside
decision."
As stipulated in FAR 15.201, responses to this notice are not considered offers and
cannot be accepted by the Government to form a binding contract. No solicitation exists;
therefore, do not request a copy of the solicitation. The decision to solicit for a contract
shall be solely within the Government's discretion.
Any information submitted by respondents to this sources sought synopsis is voluntary.
This sources sought notice is not to be construed as a commitment by the Government,
nor will the Government reimburse any costs associated with the submission of
information in response to this notice. Respondents will not be individually notified of
the results of any government assessments. The Government's evaluation of the
capability statements received will factor into whether any forthcoming solicitation will
be conducted as a full and open competition or as a set-aside for small businesses, or any
particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB,
VOSB, etc.).
All interested firms shall submit a capabilities package that explicitly demonstrates
company capabilities-indicating examples of commercial sales-and product specifications
related to this effort.
Also indicate if you are the manufacturer, or provide the name and size of the
manufacturer of the product(s) you will be supplying. Respondents are further requested
to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. If you have a GSA contract, state contract number.
Responses may be submitted electronically to the following e-mail address:
[email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q -B150,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843.
RESPONSES ARE DUE NO LATER THAN 06 Jun 2014, 1500 EST.
Bid Protests Not Available