Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
Description
This is a combined synopsis/solicitation for commercial items solicited in accordance with the procedures of FAR 13 and 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA8751-11-Q-0612 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 334515 and small business size standard 500 employees.
The contractor shall provide the following items on a firm fixed price basis, including the cost of shipping FOB Destination:
Item 1: Sapphire Laser
Qty: 1
Mfr/Part No: Mai Tai HP or equal
Description:
Completely automated one-box mode-locked
Ti: Sapphire laser source
Wide Tuning Range: 690-1040nm
High average power:
>500 mW at 690nm
>1.35 W at 710nm
>2.5 W at 800nm
>1.35 W at 920nm
>300 mW at 1040nm
Unique mode-locking technology enables:
-Continuous wavelength tuning with zero re-optimization time
-Real time excitation fingerprinting in seconds
-Drop-out free operation
Easily integrated with all commercial and home-built multiphoton microscopy systems
Outstanding pointing stability eliminates the need to realign external routing optics and guarantees optimum microscope throughput at every wavelength
Incorporates New, Ultra-Reliable ProLite diodes backed by two-year warranty
Ultra-compact package (23x14x6 inches) saves valuable table space
Incorporates on-board diagnostic package
Completely CPU controlled
Includes rack mountable power supply, chiller, and rack accessory. Covered by full system one-year, unlimited hours warranty and two year diode warranty.
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The required delivery date is 30 days after date of award. The place of delivery, acceptance and FOB destination point is 148 Electronic Parkway, Rome NY 13441.
The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3 PM, 19 September 2011. Submit to: AFRL/RIKO, Attn Amber Buckley, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3605 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: technical capability and price. All evaluation factors are of equal importance.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
252.227-7015, Technical Data-Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.247-7023, Transportation of Supplies by Sea
Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
52.211-6, Brand Name or Equal
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Act--Balance of Payments Program Certificate
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407.
The following additional terms and conditions apply:
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-C9 to this effort.
All responsible organizations may submit a proposal, which shall be considered.