Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

66 -- Infrared Micro Imaging System

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-04-R-SE05
 
Response Due
6/2/2004
 
Archive Date
5/2/2005
 
Point of Contact
Eric Sogard, Contract Specialist, Phone 228-688-5980, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
esogard@nrlssc.navy.mil, plewis@nrlssc.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-SE05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-22 and DFARS Change Notice 20040423. The associated small business size standard is 500 employees. NRL has a requirement for: An Infrared Micro-imaging System which shall include the following three major components: 1) FTIR spectrometer with a) an IR source, range 9,600 to 50 cmˉ? or better b) an Air bearing Michelson Interferometer with standard .05cmˉ? or better c) an automatic bean-splitter alignment d) an automatic component recognition for the IR source, detectors and beam splitters e) rapid scanning capability with 8 cmˉ? or better for data point resolution f) extended range KBr beam splitter g) step scan capability h) computer system for control, display and data process I) flexible ports for IR beam exit and input beams from various directions and j) 24-bit dynamic range for data acquisition. 2) Infrared Microscope System with a) transmittance and reflectance capability b) variable sample illumination c) on-axis sampling optics with 15X objectives and a matched condenser d) internal video set with frame grabber zoom optics and LCD display e) optical and electronic adaptor for focal lane array f) analytical IR search software package g) high IR sensitivity to allow analysis of sample size less than 10um x 10um h) standard MCT detector in addition to the focal plane array (FPA) I) motorized continuously variable, rotate-able rectangular aperture j) motorized, computer-controlled standard x-y stage with software package and 3) 128 X 128 MCT Focal Plane Array (FPA) Detector System with a) MCT FPA detector in a 128X128 pixel format and b) spectral range 4000cmˉ? to at least 900 cmˉ? . Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Required delivery shall be no later than 90 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition.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 shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to price. 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995), (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity (APR 2002), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (MAY 1999). 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, (1) 252.225-7012 Preference for Certain Domentsic Commodities (APR 2002), (2) 252.243-7002 Requests for Equitable Adjustments (MAR 1998), (3) 252.247-7023 Transportation of Supplies by Sea (MAY 2002), (4) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. 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 two (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. The package should be marked with the solicitation number, due date and time. Numbered Notes: None. 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
SN00578991-W 20040505/040503212254 (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.