The RFP Database
New business relationships start here

Laser Beam Profiler


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial services 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.

 


Request for Quotation (RFQ) number is N66604-19-Q-2113. This requirement is being solicited on an unrestricted basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334515. The Small Business Size Standard is 750 employees.


 


NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, one (1) Laser Beam Profiler.


 


For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below.


 






Item Description




Minimum Requirement




Quantity




Unit Price




Total Price






CLIN 0001


 


Laser Beam Profiler




-Spectral Response:


1.06 μm - 3 μm


-Damage Threshold:


Greater than or equal to:


 20 mJ/cm2


-Saturation Energy:


Greater than or equal to:


 15 mJ/cm2


-Energy Sensitivity:


Less than or equal to:


 10 μJ/cm2


-Image Area:


Greater than or equal to:


 8 mm x 8 mm


-Spatial Resolution:


Less than or equal to:


 100 μm


-Single pulse data acquisition


-Pulse width (exposure):


1 ns to 10 ms


-Digitizing Resolution:


Greater than or equal to:


 12 bits


-Beamwidth Measurement Capability


-Externally Triggerable


-PC Interface


-Size:


Less than or equal to:


150 x 150 x 100 mm




1 Each




 




 






CLIN 0002




Shipping (If Applicable)




1 Job




 




 






Total




 






 


 


The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements.


 


F.O.B. Destination Naval Station Newport: Newport, RI. Offerors shall provide lead times for items.  


 


The Government has determined that this requirement does include an exception to the Electronic and Information Technology (EIT), therefore, Section 508 requirements do not apply.


 


Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies.


 


In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more.


The government's preferred payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).


 


Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 30 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award.


 


Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.


 


This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified above, in the required quantities specified above and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable.


 


Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.


Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Friday, 31 May 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.


Christina Sherron, Contract Specialist, Phone 4018326462, Email christina.sherron@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP