Skip to main content

An official website of the United States government

You have 2 new alerts

Six (6) High Power Laser Pump Sources

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Sep 06, 2023 11:56 am EDT
  • Original Date Offers Due: Sep 13, 2023 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Adelphi , MD 20783
    USA

Description

                        (i)  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.

INTENT TO SOLICIT ONLY ONE SOURCE:

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 Corporation, 50 Old Webster Road, Oxford, MA 01540-2706 (Cage 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 W911QX-23-Q-0239.  This acquisition is issued as a Request for Quotation (RFQ).

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 dated 08/08/2023.

                        (iv)  The associated NAICS code is 334516.  The small business size standard is 1,000 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 – YLR-1500-MM-WC (Item # YLRXMC15WXXXX04U)

1.5kW multi mode laser, 3U rack mount configuration, water cooled,

Display with touch-screen/ Analog / RS-232 / Ethernet

CLIN 0002 – Chiller, IPG LC340 (Item # CCH340A11UXXDEXU)

CLIN 0003 – D50, F200 Collimator, WWC, HLC-8 (Item # P30-001337)

CLIN 0004 – Shipping and Handling

                        (vi)  Description of requirements:

The Government requires Six (6) high power laser pump sources with the following minimum characteristics:

  • Power: 1500W continuous wave (CW)
  • Power modulation rate = 10 kilo Hertz (kHz)
  • Wavelength = 1070 nano meter (nm) within 1.5 nano meter range
  • Emission Linewdith = 1.5 nano meter (nm)
  • Short term power instability = 1.5% root mean square (rms)
  • Long term power instability = 1% root mean square (rms)
  • Beam quality (Beam Parameter Product, BPP) = 2.1 milimeter x millirad (mmxmrad)
  • Output fiber termination ~ QBH-compatible connector
  • Dimension ~ 448 milimeter x 577 milimeter x 133 milimeter
  • Water cooling around 22 degree Celsius
  • Operating voltage 240 Volt single phase
  • Output fiber core size = 50 micron (diameter)

The Government also requires a water chiller and Collimator as described above in CLINs 0002 and 0003.

                        (vii) Delivery shall be made no later than twelve (12) weeks after contract award.  Delivery shall be made to the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183. Acceptance shall be performed at the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183. The FOB point is the Army Research Laboratory at 2800 Powder Mill Road, Adelphi, MD 20783-1183.

                        (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)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:  N/A.

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

                        (xi)  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. 

                        (xii)  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:

  • 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: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (E.O. 13126)
  • 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
  • 52.222-26: ALT 1 EQUAL OPPORTUNITY (FEB 1999)
  •   52.222-35:  EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)
  • 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
  •   52.222-37: EMPLOYMENT REPORTS ON VETERANS (JUN 2020)
  • 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
  • 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)
  • 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021)
  • 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
  • 252.225-7007:  PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
  • 252.225-7021:  TRADE AGREEMENTS--BASIC (JAN 2023)
  • 252.225-7048: EXPORT-CONTROLLED ITEMS (JUN 2013)
  • *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
  • 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)
  • 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
  • 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018)
  • 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)

                        (xiii)  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 PROVISIONS:

  • 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
  • 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
  • 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020)
  • 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
  • 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION
  • 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

FAR/DFARS CLAUSES:

  • 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
  • 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
  • 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
  • 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
  • 52.243-1: CHANGES—FIXED PRICE (AUG 1987)
  • 52.247-34 F.O.B. DESTINATION (NOV 1991)
  • 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
  • 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)
  • 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019)
  • 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)
  • 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)
  • 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
  • 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
  • 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991)

ADELPI LOCAL INSTRUCTION PROVISIONS:

  • EXCEPTIONS IN PROPOSAL
  • AWARD OF CONTRACT
  • ADELPHI CONTR. DIVISION URL
  • FOREIGN NATIONALS PERFORMING
  • PAYMENT TERMS
  • SOLICIT ONLY ONE SOURCE

ADELPHI LOCAL INSTRUCTION CLAUSES:

  • ACC - APG POINT OF CONTACT
  • TECHNICAL POINT OF CONTACT
  • TYPE OF CONTRACT
  • GOVERNMENT INSPECTION AND ACCEPTANCE
  • TAX EXEMPTION CERTIFICATE (ARL)
  • RECEIVING ROOM -- ALC
  • DFARS COMMERCIAL CLAUSES

                      (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

                      (xv)  The following notes apply to this announcement:  The Government is contemplating a commercial firm-fixed price (FFP) contract type for this procurement under FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.

                       (xvi)  Offers are due Five (5) business days after solicitation posting, By 11:59 AM Eastern Standard Time via email to Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil.

                        (xvii)  For information regarding this solicitation, please contact Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil, (301) 394-1503

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact





History