Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

66 -- SOC-100 HDR INSTRUMENT

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-02-R-0011
 
Response Due
3/18/2002
 
Archive Date
4/17/2002
 
Point of Contact
Donna Sheely, 301-394-3384
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(dsheely@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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/b ids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-02-R-0011. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500. (v) The following is a list of contract line item number s and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 SOC-100 HDR Instrument 1 EACH THE FOLLOWING COMPONENTS ARE INCLUDED IN THE SOC-100 HDR Instrument: (1) SOC 100 HDR Instrument, Automated incidence angle coverage 10 to 80 degrees, Spectre software (2) Thermo Nicolet Nexus FTIR KBr System, measurement coverage from 2.0 to 25.0 microns; (3) Specular Beam Blocker Attachment, measurement of specular and diffuse4 beam components; (4) Source Temperature Controller; (5) Two days on site installation and training; (6) Integrated Desktop Computer and Related Software; (7) One Year Parts and Labor Warranty. (vi) Description of requirements: The above items are components manufactured by Surface Optics Corporation of San Diego, CA and are being solicited on a Brand Name or Equal basis. Pricing shall be required for the 1 CLIN item a s identified. The following are the minimum salient characteristics for this equipment: 1) Measures hemispherical directional reflectance from 2 to 25 micron wavelength and is extendible to 150 microns. Liquid nitrogen cooling not required for the 2 to 25 micron measurements. 2) Operates at spectral resolution of 4, 8, 16 and 32 reciprocal cm. 3) Interfaces with FTIR spectrophotometer such as Nicolet. 4) Measures reflectance at user selected angles between 10 and 80 degrees from the normal. 5) Measures collimated and scattered transmittance at 0 degree incidence. 6) Capable of separating measured total energy into specular and diffuse reflected energy. 7) Measures polarization and separates the parallel and perpendicular components. 8) Sample is uniformly illuminated by an 18 inch hemielipsoidal mirror. 9) Heated cavity provides uniform 2 pi steradian radiation into the hemielipsoid. 10) Predicts directional emittance as a function of angle, wavelength and temperature. 11) Measures total hemispherical emittance as a function of temperature. 12) Experiments can be programmed and measurements are fully automatic. 13) The data can be outputted to selected formats - ERAS, ASTM. ASCII, Spectral. 14) Capable of analyzing data for determination of optical constants, coating design analysis, IR scene illuminations, thermal analysis. 15) The HDR System consists of a FTIR, a SOC 100 type of sample analyzer, computer with loaded software, monitor, keyboard, mouse and printer. The vendor shall deliver and assemble the system at Bldg. 4600 ARL - APG, MD and will calibrate and test for com plete functionality. Warranty is for one year on parts and labor. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor prop oses to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is required by 02 April 2002. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. T he specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the s alient characteristics of the requirement listed in (vi) above. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and cle arly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider th e ability of the proposed items to serve as replacement parts for the brand name systems, ability of the offeror to meet delivery schedules and warranty and maintenance performance. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Cert ifications - with its offer. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses ci ted in this clause are applicable: FAR 52.203-6; FAR 52.219.8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1and FAR 52.232-33. (xiii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cit ed in 252.212-7001 apply: DFARS 252.225-7007; DFARS 252.225-7012; DFARS 252.225-7014; DFARS 252.227-7015 and DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained a t http://www.arnet.gov. (xiv) The following additional contract terms and conditions apply: A standard commercial warranty is required. (xv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xvi) Offers are due on 18 March 2002, by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvii) For information regarding this solicitation, please contact Bonita Zander a t (410) 278-6515, FAX (410) 278-6522 or email zander@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road ATTN: BONITA ZANDER (410) 278-6515 Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00034026-W 20020302/020301082739 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.