Federal Bid

Last Updated on 26 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
New york New york

Ultrafast Optical Clock

Solicitation ID FA8751-13-Q-0415
Posted Date 29 Aug 2013 at 6 PM
Archive Date 26 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
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; 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 FA8751-13-Q-0415 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) 2005-69 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20130808. 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 333314 and small business size standard of 500 employees.

The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination:

Item: Regeneratively Mode-Locked Ultrafast Optical Clock
Qty: 1
Description: Optical clock configured as follows (PriTel part number UOC-R or equal):

• Pulse Repetition Rate: ~10 GHz
• Self starts without requiring external RF clock
• Wavelength tunable: 1530 -1565 nm
• Average output power: 30 mW @ 10 GHz with 2 ps pulsewidth
• Sideband suppression: >80 db
• Spectral width: ~1 nm
• Gain medium: Er-doped silica fiber
• Pump Source: Diode laser
• Multiple diagnostic outputs: 2 secondary optical
• Capability to adjust cavity length by 25 mm with a DC motor control
• Simultaneous front panel display of pump current, modulator DC bias, RF
power monitor, cavity length, optical wavelength, error signal
• Embedded microprocessor for cavity length control
• Synchronizes to External RF clock in the pulse repetition rate 5 - 14 GHz
• One Quick Change filter cartridge for 2 ps nominal pulsewidth
• Additional QuickChange Filter cartridge: 10 ps
• Optical Connectors: FC-APC
• Operating Temperature: +15 to +30 °C
• Storage Temperature: -20 to +50 °C
• Functions on standard US line voltage


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 90 Days after Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3 PM (ET) Thursday 12 September 2013. Submit to: AFRL/RIKO, Attn: John Haberer, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary.

(b)(10) No past performance information is required.

(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. This clause requires the contractor to provide Unique Identifiers (UIDs) for any item with a unit price greater than or equal to $5,000.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) System for Award Management (SAM). Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: Price and Technical Acceptability. Both evaluation factors are of equal importance. The Government intends to award a contract to the lowest priced technically acceptable offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-3 Alt I, and DFARS 252.209-7995 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law - Fiscal Year 2013 Appropriations.

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's 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 Representation
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
52.222-36, 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 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
52.247-34, FOB Destination
252.211-7003, Item Identification and Valuation
252.232-7010, Levies on Contract Payments
252.232-7006 Wide Area Workflow Payment Instructions

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: 937-656-7321 COM: 937-904-4407.

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 DFARS 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 quote that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 07 Jul 2017 at 7 PM
Bureau Illinois 18 May 2016 at 7 PM
Menlo park California 24 Jan 2025 at 11 PM
Menlo park California 10 Feb 2025 at 6 PM
Minnesota 05 Oct 2021 at 4 AM