The solicitation number W913E518Q0912 is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 Aug 2018. The associated North American Industry Classification System (NAICS) code is 334516 Analytical Laboratory Instrument Manufacturing, which has a size standard of 1,000 employees. This solicitation is being issued on a full and open basis; no small business set aside applies to this solicitation.
Award will consist of one (1) Contract Line Item Number; CLIN 0001, qty: 1, Unit of Measure: each - for the following:
The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement to purchase one (1) Pulsed Nd: YAG Laser.
Description of Requirement: Pulsed Nd: YAG Laser
One (1) pulsed Nd:YAG laser is needed to generate acoustic shocks by laser-induced breakdown. This phenomenon will be observed in periodic and aperiodic arrays of scatterers via schlieren imaging. This will support the research objectives of an ERDC basic research project on nonlinear acoustic propagation in periodic and aperiodic arrays of scatterers. The required salient specifications are listed below.
Laser Requirements:
1. The laser must have a maximum pulse energy of 850 mJ, at 1064 nm, or greater.
2. The laser must have a repetition rate of 10 Hz or greater.
3. The laser must have an energy stability of +/- 2% or less.
4. The laser must have a beam diameter of 10 mm or smaller.
5. The laser must have a beam divergence of 0.5 mrad or less.
6. The laser must have a pulse duration of 6 ns or less.
7. The laser must have a pointing stability of 70 μrad or less.
8. The laser must have a flash lamp life of 1,000,000 pulses or greater.
9. The laser must have a timing jitter of 0.5 ns or less.
Power Supply Requirements:
1. The power supply must be able to operate on 110/120 V, 60 Hz, single-phase AC power.
Delivery shall be FOB Destination to ERDC CRREL at 72 Lyme Road, Hanover, NH 03755.
FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition; no addenda.
The Government intends to award a firm-fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA), responsible quote. The following factors shall be used to evaluate offers: technical capability to meet the Government's required specifications; and price.
In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete both FAR and DFARS representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
If your representations and certifications in response to this specific solicitation differ from those included in your SAM registration, please ensure that you include a completed copy of the provision at 52.212-3 Alt I with your quote.
FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; no addenda.
FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to this acquisition:
52.204-10
52.219-28
52.222-3
52.222-21
52.222-26
52.222-36
52.225-13
52.232-33
The following FAR and DFARS clauses will apply to the resultant award:
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or
Hazardous Materials SEP 2014
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017
252.225-7048 Export-Controlled Items JUN 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7018 Supply Chain Risk OCT 2015
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.246-7008 Sources of Electronic Parts MAY 2018
252.247-7023 Transportation of Supplies by Sea APR 2014
Payment terms will be net 30 days. Invoicing shall be processed via Wide Area Workflow IAW DFARS clause 252.232-7006 and 252.232-7003.
This acquisition does not have a DPAS rating.
Quotes are due no later than 14 September 2018, 12PM, Central Standard Time (CST) to: [email protected]
Questions regarding this acquisition should be directed to Andrea Knowles at 703-428-6519
Telephone responses will not be accepted as a valid quote.