Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

66 -- Multimode AFM/NSOM Confocal Microscope

Notice Date
4/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-05-T-0049
 
Response Due
4/29/2005
 
Archive Date
6/28/2005
 
Small Business Set-Aside
N/A
 
Description
This is a full and open competition combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, utilizing simplified acquisition procedures in accordance with FAR S ubpart 13.5, and 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. W911QY-05-T-0049 is issued as a Request f or Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 200503023. Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. The awarded contract will be firm-fixed price. The applicable NAICS Code is 333314 with a size standard of 500 emplo yees. In order to be eligible for award, offerors must be registered in the Central Contractor Registration (CCR) database. The web site to register or check on your status is http://www.ccr.gov/. Vendors are required based on this announcement to submi t hard copy proposals (to include product literature) as described herein. This acquisition is for a quantity of 1 each, Multimode AFM/NSOM Confocal Microscope. The SPM/NSOM/Optical (Confocal) Multifunctional Microscope. The Microscope shall have the fo llowing Salient Characteristics to be supplied as a turnkey system with all necessary items for complete operation by the manufacturer. A. The Microscope, SPM/AFM: A1. Controllers, scanner/scan head, stage, computer, software and other hardware to allo w operation and imaging of SPM/AFM. Hardware must be able to integrate with other microscopes and software must be compatible with software for other microscopes and analysis programs. A2. Ability scan in contact, non-contact, and tapping modes. A3. F luid Cell to allow imaging of sample in fluid. Ability to deliver chemicals and maintain temperature desirable. A4. Nanolithography/nanopen capability including all hardware and software. A5. Acoustic chamber for vibration isolation and minimize envir onmental effects on images. B. NSOM (Near-Field Scanning Optical Microscope): B1. Fiber optic illumination system and detector-must include light source (aka lasers) for different analysis. B2. Hardware for mounting integrated SPM and NSOM tips. B3. Hardware and software for thermal analysis of polymeric materials (could be part of SPM). B4. Monochromometer for spectrophotometer measurement of samples. C. Optical Microscope: C1. Must have confocal detection ability. C2. Can work independent of NSOM and SPM or in combination. C3. Lens and stages for operations in phase contrast, fluorescence, etc. D. Computer: D1. Pentium computer, minimum 2.8 Ghz Processor, 256 MB DDR, 40 GB Hard Drive. D2. CD-RW, and Zip a requirement. D3. Monitor. D4. Printer. D5. All software to integrate and operate all scopes simultaneously or individually. E. Others: E1. Digital imaging/storage a must with digital video desirable. E2. On-site training for operating system. E3. Modular capability. C ontractors submitting an or equal product shall provide detailed specification data sheets, outlining how the or equal matches and/or exceeds the salient characteristics listed herein. The Microscope shall be preserved, packaged and shipped FOB Desti nation to Natick, MA in accordance with standard commercial practices. Delivery shall be 30 days from time of contract award. The following clauses and/or provisions are specifically referenced and are required in the response of this solicitation: 52.2 12-1 entitled Instructions to Offerors-Commercial Items (Jan 2005), and 52.212-2 entitled Evaluation-Commercial Items (Jan 1999). Proposals and specification s heets submitted in response to this combined synopsis/solicitation shall be evaluated in accordance with FAR Part 13 procedures using the following evaluation criteria: The TECHNICAL area is most important. The PAST PERFORMANCE and PRICE areas are of equ al to each other in importance. Technical and Past Performance when combined are significantly more important than price. The Technical area will be evaluated by the written proposal for conformance to the salient characteristics and product literature. The Past Performance area will be evaluated for performance risks by the vendors recent relevant experience in providing these or similar items either with other Government agencies or other commercial/scientific industries. Price will be evaluated for price realism, fairness and reasonableness. Offerors shall submit a written technical proposal up to fifteen (15) pages, which describes how their item meets the requirements stated herein. Offerors shall submit a written past performance proposal up to three (3) pages, which describes their recent, relevant experience in providing this or similar items. The Past Performance proposal shall include a minimum of three (3) customer references to include the points-of-contact for the companies referenced, an d current telephone numbers, fax numbers and E-mail addresses if available. Proposal submission shall consist of two (2) volumes each, an original and 1 copy for Technical, Past Performance and Price. Pricing information does not require a specific forma t, offerors format is recommended. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002) , completely filled out, within your technical prop osal, as well as DFARS 252.212-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 1995). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifica tions electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition. Other clauses that apply are as follows: 52.204-7 Central Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (Apr 1984), 252.204-7004 ALT A Central Contracto r Registration (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Aternate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 P rohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Work ers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), and 52.232-33 Payment by Ele ctronic Funds Transfer-Central Contractor Registration (Oct 2003). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to include 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for C ertain Domestic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of supplies by Sea (May 2002). All clauses referenced herein may be accessed electronically at the following web ad dresses: http://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquistion you are required to provide your name, address, phone number, and E-mail address to Elaine Scarnici via E-mal to Elaine.Scarnici@natick.arm y.mil or fax to (508)233-5286 for notification of amendments. If you should have technical questions, please submit them by E-mail up to Friday, 22 April 2005. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Divi sion, ATTN: AMSRD-ACC-NM (Elaine Scarnici) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combination synopsis/solicitation is 29 April 2005 by 3:30 Eastern Time.
 
Place of Performance
Address: US Army RDECOM Acquisition Center ATTN: AMSRD-ACC-N, Natick Contracting Division, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00790294-W 20050420/050418211748 (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.