Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2003 FBO #0664
SOLICITATION NOTICE

66 -- Optical Microscope

Notice Date
9/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025303Q0324
 
Response Due
9/30/2003
 
Archive Date
10/29/2003
 
Point of Contact
Monique Klose 360-315-2215 Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
 
E-Mail Address
Email your questions to Monique Klose, Contract Specialist
(klosem@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this requirement issued as a request for quotation is N00253-03-Q-0324. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-15. The applicable NAICS Code for this requirement is 334516 and has a size standard of 500 employees. The following requirements are: CLIN 0001: Optical Microscope for materials characterization. Quantity: 1 Group. At a minimum it should be capable of brightfield,dar kfield and polarization studies, with the ability to expand/upgrade capabilities. Expected expansions should include transmitted light and flourescence capabilities. High quality optics are required to provide magnification of at least 1000X with a minimum of distortion when viewing polished sections or equivalent. The body of the scope should any basic requirements to allow for later expansion of capabilities, such as a light tube for transmitted light. It is expected that eventually certain functions may require automation. Therefore, the body of the scope should include a motorized stage and turret as part of the as-delivered integrated package. This will allow for integration with provided software as well as modularity for ease of expansion. The package should include a high resolution digital camera with integrated monitor output and software to allow for multiple viewers and the ability to send images electronically. Preferred characteristics are as follows: Upright Microscope for materials with brightfield/darkfield reflected light capabilities and high resolution digital imaging workstation. Preferred features include: Motorized focus: 50NM resolution reproducibility at 150NM; Motorized reflector turret (5 position); Easy push and click reflector cubes for each change between reflector cubes; Load positioning feature, programmable 1MM-8MM for exchanging samples on stage; Encoded nosepiece; Electronic light manager for automated control of light intensity and optical technique when switching motorized reflected light turret, transmitted light and/or objective nosepiece in stand or via PC; Programmable parfocalization of objectives; Upgradeable motorized stage for integration with microscope and software; Motorized and electronic fe atures are integrated via RS232 port through included software along with included digital camera for complete imaging system. Main Body: Upright microscope stand with electro-mechanical dual knob coarse/fine drive for motor focusing, integrated 12V DC 100W power unit, stabilized, 100-240V AC/5-60HZ/170VA2-12V DC, with A/D Converter including HD reflected-light illumination; 5-position nosepiece HD DIC M27 coded; Binocular Phototube 20/23 (100:0/0:100) with continuous height adjustment over 50MM, Upright and Unreversed Image. Reflector Cube H (Bright) for Plan 2I/IE; Reflector Cube D (Dark) for Plan 2IE; Reflector Module Polarized for Plan 2I; Interm.Plate for slicer 6X35; Analyzer Slide, Rotatable.6X35; 6 POS Slider for microscope 2 FL; Daylight Filter CB12, 18MM; Gray Filter 0.06, 18MM Dia; Gray Filter 0.25, 18MM Dia; Gray Filter 0.50, 18MM Dia; Cover for AX-Plan/Tron W/Ca mera; L.H. Halogen 100 W/Coll/Socket/Filter; 540380 Halogen 12V 100W W/SQ.FIL; Stage carrier w/cond car.skop2, non-rotating stage 75 x 50, right with the following features: Ceramic coated surface; independent friction adjustment for XY control (User adjustable), height adjustable, drive height; position can be varied by 15MM Both X and & Vernier scale positions can be read from the right side; additional (removable) sleeves on the drive knobs for more sensitive control; specimen holder for stages specifically for use with reflected light. Optics: EC EPIPL.NEOFL.5X/0.13 HD DIC; EC EPIL.NEOFL.10X/0.25 HD DIC; EC EPIPL-NEOFL.20X/0.50HD DIC; EC EPIPL-NEOFL.50X/0.80HD DIC; EC EPIPL.NEOFL.100/0.90 HD DIC; Eyepiece W-PL 10/23, Focusing Folding Eyecup. Equipment for Transmitted light: Transmitted Light equipment includes field diaphragm insert plus baseplate with filter switching mechanism and switchable filter plus lamp connection tube. Software System: High Resolution Camera, Color 5 Mega Pixel; Sensor: ICX 282 Interline Transfer; Number of Pixel: 2584 X 1936; Pixel Size: 3.4 x 3.4 microns; Chip Size: 2/3 inch (8.7 x 6.6 mm); Binning 1X1 to 5X5; Camera can use high quality mode or fast acquisition mode at 1296 x 968 resolution 3 frames/s; at 430 x 322 resolution 11 frames/s; at 258 x 193 resolution 16 fames/s;. ROI: Free selectable; Digitization: 12 bit/12 mhz clock speed; dynamic range: 1200:1; Integration time:1MK-60 Sec.; Cooling: Peltier cooling; Interface: Fire Wire (R), /IEEE 1394, 6 Pin Plug, 400MBIT, 000000-0452-036 fire wire chip set must be OHCI Compl. Output: TTL Sig. For external shutter; Camera adapter: C-Mount; OS: Windows 2000 (SP3), XP (SP1); Working Environment: 5 to 35 Celsius 10 percent to 80 percent RH; Software plus the mod ule he/she needs entry level imaging workstation: Case: Aluminum mid tower P4 case w/ 300 watt power supply 4 x 5.25 inch external bays, 2 x 3.5 inch external bays, 2 x 3.5 inch int bays, 6 full length expansion slots 80mm second fan, designed for CE and FCC Certification; Power Supply: P4 300 Watt ATX, Switching, UL/ TUV/ CSA/ CE Mark approved, 6 drive connectors; system board: Siemens D1526 Pentium 4 socket 478 mainboard; 6 PCI/ 1-4X AGP, 2 DIMM Banks, 533 MHZ Bus Speed AMBIO (Year 2000 compliant)/Intel 485 chipset; controller: integrated dual ultra DMA 100 MBPS controller on-board processor(s): single pentium 4 2.4 Ghz MHz CPU W/ 512K Cache (533 MHZ) (Retail Box W/ 3 year intel warranty (Socket 478); System Memory: 512 Met Non ECC DDR/333 SDRAM (Qty 2 ? 256 MB ? SDRAM?s); Multi I/O Board: Exsys 41150 Multi I/O Board provides 4 serial /2parallel ports. Hard Drive: Qty 1 ea ch ? seagate 80 gigabyte UDMA/100 (7200 RPM); Floppy Drive: Black Panasonic 1.44 meg floppy drive; Graphics Accel: Integrated 64 Meg agp Video on-board; Network Adapter: Integrated 10/100 MBPS PCI Ethernet Network adapter; CD Reader/Writer: Black TEAC 52X/24X/52 EIDE CD Reader/WriterW/ Nero. Mouse: Black Logitech Optical WheelMouse; PS2 Mouse w/mouse pad; Keyboard: keytronics 104 key PS2 Keyboard. Surge Suppressor: Belkin Surge Master 7 ? 7 Outlet surge suppressor; Operation System: Windows 2000; professional on CD Rom; Packaging: custom double boxed packaging. Assembly/test: Standard 48 hour burn-in and test. System Warranty: first year advance parts, Replacement, second year return to depot. Viewsonic VG170M 17 inch LCD Flatscreen; Surface: Anti-glare; LCD Type: TFT Active SXGA LCD; Resolution 1280 X 1024 75 HX (MAX); Pixel Pitch: 0.264 MM; Response time: 16 MS; Cabine t Color: Beige; Contrast Ration: 450:1; Horizontal Scan Range: 30-82 KHZ; Vertical Scan Range: 50-75 HZ; Viewing Angle: Horizontal: 140; Vertical: 140; PC: All Windows OS; MAC: All MAC OS; Limited Warranty: three years on parts, labo and backlight; connection tube with c-mount 0.63X for 60 MM interface. Equivalents of items listed may be proposed but the equivalents must meet same performance requirements of items listed. Required Delivery: 60 days after date of contract award. FOB Destination: Naval Undersea Warfare Center Division Keyport, 610 Dowell Street, Keyport, WA 98345. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate w ith their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402, 52.219-4, 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Rep orts on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, 52.232-18 Availability of Funds. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.225-7001 Buy American Act and Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Contro l by the Government of a Terrorist Country. Quotes/Offers are due no later than 30 Sep 03, 1300 hours, 1:00 p.m. Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). Award under this procurement will be made to the technically acceptable offer which provides the best value to the Government, price and past performance considered. Past Performance: Past performance will be evaluated through the Navy Red/Yellow/Green Program. Technically Acceptable: In ordered to be determined technically acceptable, offerors must meet or exceed the specifications. The offerors must be determined to be technically acceptable before further consideration. Offers that are determined to be technically acceptable will be evaluated in terms of price and past performance, with past performance slightly more important than price. Delivery: Offerors must meet the required delivery date. Responsibility: Offerors must meet the standard for FAR 9.104. Offerors as requested to provide Descriptive Literature with their quote. Descriptive Ligature as used in this provision means information furnished by an offeror, such as cuts, illustrations, drawings, and brochures, that shows a product?s characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and exclu des other information for operating or maintaining the product. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in this solicitation and pertain to significant elements such as (1) Design, (2) Materials, (3) Components, (4) Performance characteristics. Descriptive literature shall be identified to show the items of the offer to which it applies, and be received by the time specified in this solicitation. If the offeror fails to submit descriptive literature on time, the Government may reject the offer per FAR 52.212-1 paragraph (f). If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government may reject the offer. Any questions should be submitted in writing via the fax number provided above or e-maile d to klosem@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://kpt-eco.kpt.nuwc.navy.mil/)
 
Record
SN00438670-W 20030922/030920213040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.