Notice of Intent to Sole Source: One (1) Erbium (ER): Yttrium Aluminum Garnet (YAG) Single Frequency Nanosecond Pulsed Laser
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 anno... 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; proposals are being requested and a written solicitation will not be issued. NOTICE: The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is IPG Photonics, 50 Old Webster Road, Oxford, MA 01540, Cage Code: 1KKG9. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX22Q0136. This acquisition is issued a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective date 1 May 2022. (iv) The associated NAICS code is 334413. The small business size standard is 1250 employees. (v) The following is a list of contract line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable): CLIN 0001 - Quantity one (1) Erbium (Er): Yttrium Aluminum Garnet (YAG) Single Frequency Nanosecond Pulsed Laser/each. To include shipping, FOB destination. (vi) Description of requirements: Acquisition of quantity one (1) Er: YAG Single Frequency Nanosecond Pulsed Laser which must meet the following requirements: 1. Wavelength – One thousand six hundred seventeen or one thousand six hundred forty-five nanometer (1617-1645 nm); 2. Linewidth/bandwidth < one nanometer (1 nm); 3. Variable repetition rate: three-hundred to one thousand hertz (300 -1000 Hz) 4. Pulse width < one hundred nanosecond (100 nsec) 5. Energy per pulse > twenty megaJoules (20 mJ) at one thousand hertz pulse repetition frequency (1000 Hz PRF) 6. Beam divergence < two point five milliradin (2.5 mrad) (vii) Delivery is required by August 1, 2022. Delivery shall be made to 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at Destination. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6: PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19 DEVIATION 2020-O0019: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) * 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) * 252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019) * 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7974 DEVIATION 2020-O0005: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) * 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) (xii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) * 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) * 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN* TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) * 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.247-34: F.O.B. DESTINATION (NOV 1991) DFAR: 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) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) *Indicates Provision CLAUSES INCORPORATED BY FULL TEXT: 52.252.2: CLAUSES INCORPORATED BY REFERENCE (FEB 1999) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL PROVISIONS: INTENT TO SOLICIT ONLY ONE SOURCE EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xiv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition (xv) Offers are due on Five (5) business days from posting, by 11:59am Eastern Time (ET), at brianna.murphy.ctr@army.mil . (xvii) For information regarding this solicitation, please contact Brianna Murphy (Acquisition Specialist), brianna.murphy.ctr@army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »