High Pulse Green Laser

expired opportunity(Expired)
From: Federal Government(Federal)
N66604-18-Q-3700

Basic Details

started - 27 Sep, 2018 (about 5 years ago)

Start Date

27 Sep, 2018 (about 5 years ago)
due - 12 Sep, 2018 (about 5 years ago)

Due Date

12 Sep, 2018 (about 5 years ago)
Award

Type

Award
N66604-18-Q-3700

Identifier

N66604-18-Q-3700
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Sep 05, 2018 1:11 pm
Modified:
Sep 19, 2018 1:11 pm
Track Changes
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.

AMENDMENT 0001:
The purpose of Amendment 0001 is to revise required delivery date to 12 Weeks ARO.
The required response time is hereby extended until 26 September 2018 @ 02:00 EST.
This is a combined synopsis and 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 solicitation will be open for less than 15 days, in accordance with FAR 5.203(a). Request for Quotation (RFQ) number is N66604-18-Q-3700.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price contract as follows:
CLIN 0001:
High Pulse Green Laser; QTY. 1
Items quoted must meet the following minimum requirements:




Minimum Specifications/Salient Features
1
Internally modulated pulsed laser
2
Wavelength: 515 nm or 532 nm
3
Pulse Width (PW) : 4-30 ns
4
Pulse repetition rate (PRR)
> 1 MHz
5
Average Output Power
> 2 Watts
6
Ability to manually control output power value without changing the PRR or PW
7
Ability to adjust the output power from low to its max
8
Linear Polarization
9
Single Longitudinal Mode (SLM)
10
M
2
< 1.3
11
Input Power: 120VAC
12
Laser System Size:
< 20L in & sqrt(W^2 + H^2) <= 11.6 in
13
Control Unit Size:
< 20L in & sqrt(W^2 + H^2) <= 11.6 in
14
Power Stability <= ± 5%
15
Operating Temperature: 10°C to 40°C

F.O.B. Destination Naval Undersea Warfare Center
Division: Newport, RI 02841.
Delivery: 12 Weeks ARO
This acquisition is being solicited as unrestricted under North American Industry Classification Systems (NAICS) code 333914 as concurred with by the NUWCDIVNPT Office for Small Business Programs (OSBP). The Small Business Size Standard is 750 employees.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.
The provision at FAR 52.212-1, Instructions to Offerors - 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, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. In accordance with DFARS Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.
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 provide item meeting minimum specifications, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as the Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable.
Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
The Government will make payment via Wide Area Workflow (WAWF).
Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor Cage Code, Contractor DUNs number.
Offers must be received on or before 26 September 2018 at 2:00 p.m. Eastern Time (ET). Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to
Liam Walsh at liam.walsh@navy.mil.

Simonpietri Drive Newport, Rhode Island 02841-1708 United States Newport, Rhode Island 02841 United StatesLocation

Address: Simonpietri Drive Newport, Rhode Island 02841-1708 United States Newport, Rhode Island 02841 United States

Country : United StatesState : Rhode Island

You may also like

MAINTENANCE AND REPAIR SERVICE FOR LEICA LASER CAPTURE MICROSCOPE LMD6

Due: 30 Apr, 2027 (in about 3 years)Agency: NATIONAL INSTITUTES OF HEALTH

Tunable Pulse Laser System

Due: 22 May, 2024 (in 21 days)Agency: DEPT OF DEFENSE

Classification

333 -- Machinery Manufacturing/333914 -- Measuring, Dispensing, and Other Pumping Equipment Manufacturing