Federal Bid

Last Updated on 28 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

TE-cooled Mount

Solicitation ID F2KBAD5251A001
Posted Date 06 Oct 2015 at 5 PM
Archive Date 28 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location 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 will not be issued. This requirement is advertised as a Total Small Business Set Aside.  The NAICS Code for this synopsis/solicitation is 333314, Size Standard is 500 employees.  

­

Solicitation/Purchase Requisition Number F2KBAD5251A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83, 03 Sep 2015

 

The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Number (CLIN):

 

The Statement of Need for this requirement is as follows:

 

Requirements for TE-cooled Mount:

 

CLIN0001 -    Thermo-electric Cooled Diode Mount

(see attached specifications)

                            QUANTITY: 2 Each

 

CLIN0002 -    405nm, 40mW, 5.6mm package, single mode, pinout "B", socket, S7060R laser diode

                        (see attached specifications)

                        QUANTITY: 2 Each

 

CLIN0003 -    520nm, 120mW, 5.6mm package, singlemode, pinout "G", socket, S7060R laser diode

                        (see attached specifications)

                        QUANTITY: 2 Each

 

CLIN0004 -    633nm, 100mW, 5.6mm package, singlemode, pinout "G", socket, S7060R laser diode

                        (see attached specifications)

                        QUANTITY: 2 Each

 

CLIN0005 -    705nm, 40mW, 5.6mm package, singlemode, pinout "C", socket, S7060R laser diode

                        (see attached specifications)

                        QUANTITY: 2 Each

 

CLIN0006 -    808nm, 60mW, 5.6mm package, singlemode, pinout "A", socket, S7060R laser diode

                        (see attached specifications)

                        QUANTITY: 2 Each

 

 

                        DESIRED DELIVERY: 30 days ARO
                        FOB: Destination
                        Inspection and Acceptance: Destination

 

 

 

NOTE:  Please provide a quote for the item(s) above.  When a quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification.  ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED.  FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD.

 

 

In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined by conformance to all details described for each CLIN. Offerors will be evaluated in accordance with FAR 13.106-2.

 

Offers may be submitted via email to [email protected] or fax to (505) 846-8925

ATTN: Jennifer Quartemont. Electronic documents shall be submitted in .pdf, .doc, or .xls. Communication containing documents in any other format, including .zip, may be blocked or stripped by the Government's server and may not be received by this office.

 

ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov.

 

All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.

 

 

The following provisions and clauses apply to this procurement: 

 

FAR 52.204-7, System for Award Management

FAR 52.204-13, System for Award Management Maintenance

FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1, Instructions to Offerors - Commercial Items

FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management)

FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33]

FAR 52.219-1, Alt I, Small Business Program Representations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A, System for Award Management

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.211-7003 Item Unique Identification and Valuation.

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificates

DFARS 252.225-7001, Buy American and Balance of Payments Program

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7001, Pricing of Contract Modification

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)

 

The following full text provisions and clauses apply to this procurement:

 

52.225-18 - Place of Manufacture.

(a) Definitions. As used in this clause-

"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-

(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

(End of provision)

 

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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/these address(es): http://farsite.hill.af.mil

 

FAR 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/these address(es): http://farsite.hill.af.mil

FAR 52.252-5 --  Authorized Deviations in Provisions (Apr 1984)

 

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

 

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

 

(End of Provision)

 

FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984)

 

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

 

(b) The use in this solicitation or contract of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

 

(End of Clause)

 

 

252.203-7998  Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010)

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010)
(FEB 2015)

  (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

  (b)  The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

  (c) Representation.  By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

 

(End of provision)

 

 

252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010)(FEB 2015)

 

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

 

(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

 

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

 

(d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

 

(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

 

252.209-7992  Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.

 

REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS

(DEVIATION 2015-OO0005) (DEC 2014)

 

      (a)  In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further  Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-

 

              (1)  Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

 

              (2)  Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

 

      (b)  The Offeror represents that-

 

              (1)  It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

 

              (2)  It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(End of provision)

 

 

 

 

AFFARS 5352.201-9101 Ombudsman

 

OMBUDSMAN (Apr 2014)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

 

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

 

(c) If resolution cannot be made by the contracting officer, the interested party may contact:

 

Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command)

841 Fairchild Ave

Building 5571, Rm 327

Barksdale AFB, LA 71110

Phone:(318)456-6336

Fax: (318)456-7861

Email: [email protected]

 

And the AFICA HQ Ombudsman is:

 

AFICA/KP Director

1940 Allbrook Drive, Building 1

Wright-Patterson AFB OH 45433

Phone:  (937)257-5529

Fax: (937)-656-0919

 

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

 

 

 

Bid Protests Not Available

Similar Past Bids

Kirtland air force base New mexico 24 Sep 2015 at 4 PM
Gilbert West virginia 19 Jun 2017 at 3 PM
Location Unknown 24 Feb 2016 at 3 PM
Kirtland air force base New mexico 16 Sep 2015 at 9 PM
Eglin air force base Florida 12 Feb 2018 at 1 PM

Similar Opportunities

Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)
San joaquin California 14 Jul 2025 at 4 AM
Philadelphia Pennsylvania 10 Jul 2025 at 9 PM
Philadelphia Pennsylvania 10 Jul 2025 at 9 PM