Federal Bid

Last Updated on 09 Aug 2014 at 8 AM
Combined Synopsis/Solicitation
Patrick air force base Florida

Photon Detectors and Equipment

Solicitation ID FA2521-14-Q-B150
Posted Date 02 Jul 2014 at 7 PM
Archive Date 09 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Patrick air force base Florida United states 32925
Combined Synopsis/Solicitation
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.
The solicitation number FA2521-14-Q-B150 shall be used to reference any written quote provided under this request for quote.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74.
This is unrestricted.
The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 500 employees.
Item Description Qty Unit
0001 Single Photon counters 50μm Diode (detector area)
(ThorLabs P/N SPCM50A) or equal 4 EA
0002 Si Biased photo detectors
(ThorLabs P/N DET025AFC) or equal 2 EA
0003 120 VAC Power supply for photo detectors
(ThorLabs P/N DETlB) or equal 2 EA
0004 Si biased fast monitor-output photodetector
(ThorLabs P/N PDB460A-AC) or equal 1 EA
0005 25mm bandpass filter
(ThorLabs P/N FLl-153 2-4) or equal 1 EA
0006 25mm bandpass filter
(ThorLabs P/N FLH I 064-8) or equal 1 EA
0007 Shearing interferometer for 1-3 mm beams
(ThorLabs P/N SI035) or equal 1 EA
0008 30mm Cage adapter plate for shearing interferometers
w/ SM-I viewing plate (ThorLabs P/N SICPSM I ) or equal 1 EA
0009 Magnified beam viewing plate for 1-10mm beams
(ThorLabs P/N SIVS) or equal 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
Ship to address: AFTAC/TH - F3KTK1
10989 S. PATRICK DRIVE
PATRICK AFB FL 32925-3002
NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract.
FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) applies to this acquisition and the following addendem applies:
The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote".
Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above."
RFQ due date: 18 July 2014
RFQ due time: 3:00 P.M. EST
Fax RFQ to 321-494-1843; email to [email protected] or mail to:
45th Contracting Squadron
Attn: FA2521-14-Q-B150
1201 Edward H. White II Street, MS 7200
Patrick AFB, FL 32925-3238
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
All questions regarding this solicitation must be email to [email protected] by 1:00 P.M. EST 16 July 2014.
Please provide the following information with your quote:
DUNS Number: ____________
Cage Code: _______________
Tax ID Number: ___________________
*Number of Employees_____________
*Total Yearly Revenue_______________
*Information required determining size of business for the NAICS referenced above
Estimated Delivery Time: ____________
Payment Terms: _________________________
Warranty: ________________
FOB (Select): ____ Destination _____ Origin
Shipping Cost included? ____ Yes _____ No
52.225-18, Place of Manufacture (Sep 2006)
(a) Definitions. As used in this clause-
(b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States.
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
FAR Provision 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this acquisition and the following evaluation is applicable:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement;
(ii) price;
Lowest Price Technically Acceptable; LPTA
Technical and past performance, when combined, are equal when compared to price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest.
FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 14), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.
252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014)
(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013)
(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written
agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable:
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11)
52.219-28 Post Award Small Business Program Rerepresentation (Jul 13)
52.222-3 Convict Labor (June 03)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14)
52.222-21 Prohibition of Segregated Facilities (Feb 99)
52.222-26 Equal Opportunity (Mar 07)
52.222-36 Affirmative Action for Workers with Disabilities (Oct 10)
52.222-50 Combating Trafficking in Persons (Feb 09)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11)
52.225-13 Restriction on Certain Foreign Purchases (Jun 08)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13)
52.233-3 Protest After Award (Aug 96)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 04)
DFARS Clauses:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13)
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.223-7008 Prohibition of Hexavalent Chromium (May 2011)
252.225-7001 Buy American and Balance of Payments Program (Dec 12)
252.225-7008 Restriction on Acquisition of Specialty Metals (Mar 2013)
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11)
252.225-7031 Secondary Arab Boycott of Israel (Jun 05)
252.227-7015 Technical Data--Commercial Items (Dec 11)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12)
252.232-7006 Wide Area Workflow Payment Instructions (May 13)
252.232-7010 Levies on Contract Payments (Dec 06)
252.244-7000 Subcontracts for Commercial items (Jun 13)
252.247-7023 Transportation of Supplies by Sea (Jun 13)
The following AFFARS clauses are applicable to this solicitation:
5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, [email protected].
5352.242-9000, Contractor Access to Air Force Installations (Nov 12)
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
Bid Protests Not Available

Similar Past Bids

Patrick air force base Florida 28 May 2014 at 8 PM
Eglin air force base Florida 18 Aug 2008 at 8 PM
Brookhaven Pennsylvania 10 Jul 2015 at 3 PM
Force Pennsylvania 09 Jan 2015 at 6 PM
Washington District of columbia 02 Dec 2019 at 7 PM