To place a bid or register go to Unison Marketplace

View Details for Buy # 1135632

General Buy Information

Buy #: 1135632  
Solicitation #: N0018923TSTABLE
Buy Description: STABLE 1315NM LASER SYSTEM
Category: 58 -- Communication, Detection, and Coherent Radiation Equipment
Sub Category: 5810 -- Communications Security Equipment and Components
NAICS: 334516 -- Analytical Laboratory Instrument Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: FLC Norfolk - Philadelphia
End Date: 04/20/2023
End Time: 13:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Laser system at 1315 nm frequency stabilized to a linewidth of 1 Hz @ 1 s Wavelength 1315 nm- Frequency stabilized output power > 40 mW - Long term drift < 30 kHz per day before drift subtraction - Allan deviation at 1 s linear drift removed < 2.0 x 10-15 This system includes: -Custom Cavity with ULE substrate IBS mirrors which is housed in a custom SLS vacuum housing with temperature control at the measured spacer zero crossing temperature - The system will maintain these performance specs over 18-25 C - Frequency Stability measured in Boulder will be sufficient for acceptance -Housed in an 8-11U rack-mount box (600 – 800 mm × 800 – 1000 mm × 250 – 350 mm), 10 – 13U rack height including vibration isolation platform -PM1300-XP PANDA -Cavity free spectral range: 1.5 GHz. -Control of all system functions is through the front panel (or alternatively a GUI on a laptop: the user can switch between the two). -Auto relocking function -The system will be delivered aligned, and under vacuum -FPGA control electronics will provide both offset locking as well as PDH error signal generation -Remote shutdown of FPGA electronics -Ion Pump and temperature controller to operate independently of FPGA and laser -FPGA Servo 2U height, ion pump controller/ temp controller housed in a 2U box, and the laser controller will be in a 2U enclosure. 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy. Offerors understand that the Marketplace ranks all offers by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Miscellaneous This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
FOB Destination FAR 52.247-34, F.o.b. Destination applies
52.212-2 52.212-2 Evaluation - Commercial Items.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
No partial bids allowed No partial shipments are permitted unless specifically authorized at the time of award.
FAR Site The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.212-5 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.204-10 52.204-10 Reporting Subcontract Awards.
52.219-28 52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 52.222-3 Convict Labor
52.222-19 52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21 Prohibition of Segregated Facilities
52.222-26 52.222-26 Equal Opportunity
52.222-35 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 52.232-18 Availability of Funds
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
252.232-7003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
5252.NS-043C Fleet Fast Pay
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
252.204-7003 Control of Government Personnel Work Product (April 1992)
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.

Shipping Information

City State   Zip Code
WASHINGTON WA   20392

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
There are no attachments.