Federal Bid

Last Updated on 27 Nov 2010 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

YAG LASER

Solicitation ID FA9300-11-R-5003
Posted Date 17 Nov 2010 at 4 PM
Archive Date 27 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location United states
Sole Source - Combined Synopsis/Solicitation - FA9300-11-R-5003

This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source buy to Continuum Company, however, the Government will consider all responses received within 10 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 and DFARs Change Notice (DCN) 2010112. NAICS is 334516 with a small business size standard of 500 employees. Solicitation is for a commercial purchase of (1) One high-energy, pulsed Nd: YAG laser system.

AFFTC/PKT, Edwards Air Force Base, CA is seeking potential sources capable of providing the following item: (1) One high-energy, pulsed Nd: YAG laser system.

REQUIREMENTS:

1. The laser must be a high-energy, pulsed Nd:YAG system.

2. The system must be readily capable of interfacing with an NP Photonics Rock
seed laser.

3. The system must produce at least 1650 mJ at 1064 nm with a pulse width of less
than 8 ns.

4. The system must produce at least 800 mJ at 532 nm with a pulse width of less
than 7 ns.

5. The laser must be capable of single shot and variable rep rate (up to 10 Hz)
operation.

6. The line width of the injection seeded system must be less than 0.003 cm-1.

7. The beam divergence must be less than .45 mrad

8. Leads for flashlamps must contain louvertech clips for safe, quick,
removal/replacement.

9. The beam height must rest at 6.5" above the table height.

10. The laser head feet must be no more than 10" apart.

11. The laser power supply must be no more than 27" in height.

12. The system must operate on 208 V, 1φ electrical power and consume less than 20
A.

13. The water supply must require a flow rate of no more than 2 gpm.

14. The warm up time must be less than 5 minutes

Delivery: 7 WARO

Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.

The following provisions and clauses apply:

Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer.

52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil.

Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.219-8 Utilization of Small Business Concerns
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate
52.225-4 Alternate I
252.212-7000 Offeror Representations and Certifications--Commercial Items

52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes
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
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-50 Trafficking
52.225-3 Buy American Act -- North American Free Trade Agreement
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--Central
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
252.211-7003 Item Identification and Valuation
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 Buy American Act, Balance of Payment Program
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Alternate III (MAY 2002)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsmen

Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary Ann Canales @ 661-277-9522), no later than Close of Business (COB) 26 Nov 10 at 12 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail [email protected].

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jun 2009 at 12 PM
Kirtland air force base New mexico 06 Aug 2020 at 4 PM
Hill New hampshire 22 Apr 2011 at 10 PM
Arnold air force base Tennessee 05 Oct 2004 at 5 AM
Institute West virginia 14 Jan 2016 at 9 PM

Similar Opportunities

Edwards California 18 Jul 2025 at 7 PM
Edwards California 18 Jul 2025 at 7 PM
Location Unknown 11 Jul 2025 at 5 PM
Mississippi 11 Jul 2025 at 2 PM
Sacramento California 22 Jul 2025 at 10 PM