Inactive
Notice ID:FA875120Q0035
This is a Notice of Proposed Contract Action under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation wi...
This is a Notice of Proposed Contract Action under FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR PROPOSAL. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 333314 with a size standard of 500 employees. Brief Description of Requirements: WPM-K0493: Fiber coupled KTP phase modulator for 493 nm Insertion loss < 6dB Wavelength: 493 nm 3dB bandwidth: greater than or equal to 6 GHz Input optical power handling: 15 mW TEC baseplate Vpi at 1 GHz: less than 4V PM480 fiber with FC/APC connectors Qty-2 WPM-K0650: Fiber coupled KTP phase modulator for 650 nm Insertion loss < 6dB Wavelength: 650 nm 3dB bandwidth: greater than or equal to 6 GHz Input optical power handling: 15 mW TEC baseplate Vpi at 1 GHz: less than 5V PM630 fiber with FC/APC connectors Qty-2 The Government intends to negotiate a sole-source contract for the purchase of the requirement described above. The identified sole-source provider/producer of this laser system is as follows: AdvR 2301 University Way, Bldg #1-1 Bozeman, MT 59715 Phone: 406-522-0388 ADVR is the only known manufacturer of fiber electro-optic modulators for 493 nm and 650 nm light listed above that will satisfy the requirements of the Government’s trapped ion lab’s experiment. Specifically, the high bandwidth (6 GHz) and high optical power handling are unique to this manufacturer. This system has been proven to be successful in literature as well as similar peer experiments and the Government’s experiment cannot be successfully performed without the use of this system. This required equipment is unique to Advr, Inc. and they are the only known source of the system described above. Furthermore, ADVR does not authorize the use of re-sellers. If this system is not procured from ADVR, there will be significant technical capability degradation to the future experiments of the Government, potentially causing program delays resulting in the inability to meet yearly program milestones. In addition, the current infrastructure this system will be working in conjunction with, represents >$500,000 of investment. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Government’s requirement. This is a notice of proposed contract action and NOT a request for competitive quotes. However, all responsible sources may submit a capability statement or quote, which shall be considered by the agency. All inquiries should be sent by email to Tabitha.Haggart@us.af.mil Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or after 31 March 2020. A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation. Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441 United States