Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

66 -- GONIOMETER SYSTEM

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-DB02
 
Response Due
3/23/2004
 
Archive Date
3/4/2005
 
Point of Contact
Daniel Brinkworth, Contract Specialist, Phone 202-767-6746, Fax 202-767-6197,
 
E-Mail Address
brinkworth@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-04-R-DB02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-19 and DFARS Change Notice 20040101. The associated NAICS code is 334516 and the small business size standard is 500 employees. NRL has a requirement for A light scattering-zeta potential system with the following features: Compact Goniometer system, Multi-angle light scattering spectrometer for the measurement of particle size, diffusion coefficient, molecular weight, radius of gyration and virial coefficients. It must include: Optics unit with He-Ne laser (or any other source that emits at wavelengths beyond 600 nm) Interface box with integral ALV 5000/EPP digital correlator, PCI card to add extra parallel port to computer, 6 x 10mm o.d.quartz cuvettes, Cell adaptors for 10mm and 20mm o.d. cuvettes. Static and dynamic light scattering applications software (English) Operators manual. Zetasizer for the measurement of zeta potential and hydrodynamic size of dispersed particles and molecules in solution; it must include a 633 He-Ne laser source. (Measurement in non-polar liquids requires universal cell option). Temperature range 2deg.C minimum, 90deg.C maximum (70deg.C maximum with disposable DTS1060 cell) Size range: 0.6nm to 6microns. Size range for zeta potential 3nm to 10microns Concentration range for size measurement 0.1ppm to 40wt% maximum. Molecular weight range: 1x10E3 to 2x10E7. Water bath105-115V 60Hz. Pt100 Thermocouple to provide feedback to the water bath directly from the index matching bath. PC Mini Tower Computer with operating system and Printer. Software package allowing calculation of particle size, molecular weight, second viral coefficient and radius of gyration according to Zimm, Berry and Guiner. 10mm o.d. round glass cell with stopper, primarily for DLS measurements, adaptor supplied with system, plus 11.6mm Cuvette adaptor for disposable round glass cuvettes. 20mm o.d. round quartz cuvette with stopper, adaptor supplied with system. 25mm o.d. round quartz cuvette with stopper for the light scattering set up plus Cuvette adaptor for 25mm round quartz cuvettes. Disposable cuvettes for the measurement of size and zeta potential with the Zetasizer: A Pack of 25 with 50 stoppers. 12mm square low volume polystyrene cuvettes, (0.1ml sample required with in of 100 with 10 stoppers for use with the Zetasizer. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 45 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Award will be made to that offeror whose proposal is determined to be the best value to the Government, proposed price and other factors considered. The Government reserves the right to make award to other than the low offeror. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate the offers: (i) Technical capability of the item offered to meet the Government requirement. (ii) Price (iii) Past Performance (see FAR 15.304) (iv) Small disadvantaged business participation Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. The following additional FAR clause applies: 52.214-31. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer.code 3230DB The package should be marked with the solicitation number, due date and time. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: Contractor Facility
 
Record
SN00536931-W 20040306/040304223602 (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.