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 -- Scanning Probe Microscope

Notice Date
4/18/2005
 
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
N00173-05-R-SK02
 
Response Due
5/9/2005
 
Archive Date
5/24/2005
 
Point of Contact
Susan Kelly, Contract Specialist, Phone 202-767-6815, Fax 202-767-6197, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
sue.kelly@nrl.navy.mil, jan.bays@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, N00173-05-R-SK02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-01 and DFARS Change Notice 20050222. The associated small business size standard is 500. NRL has a requirement for a Scanning Probe Microscope capable of Nanolithography, Nanomanipulation, and Multiple Mode Imaging Techniques. The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/RFP/05sk02.htm. Delivery and acceptance is at NRL, Washington, D.C.20375, FOB Destination. Delivery shall be no later than 120 days after 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: technical capability of the item offered to meet the Government requirement, price, and past performance. The technical factors are more important than cost and all factors are listed in descending order of importance. In accordance with FAR 4.1201, prospective contractors must complete electronic annual federal representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) http://www.ccr.gov database. The representations and certification must be updated as necessary, but at least annually, to ensure they are kept current, accurate and complete. In addition, each offeror must submit completed DFARS and contract specific Representations, Certifications, and Other Statements Of Offerors or Respondents with its proposal which is available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.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: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. 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, 252.225-7012, 252.225-7014, 252.243-7002, 252.247-7023 and 252.232-7003. The following additional DFARs clauses apply: 252.204-7004. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized. In addition proposals may be transmitted by email to susan.kelly@nrl.navy.mil (primary) or jan.bays@nrl.navy.mil (alternate) in either Microsoft Word (2000 or earlier) or PDF format. Only one copy is required when utilizing facsimile proposals. A complete original signed offer may be requested. 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. If facsimile proposals are not utilized an original and 1 copy of the offerors proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Susan Kelly, Contract Specialist, Code 3220.SK. The package should be marked with the solicitation number, due date and time. 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. 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 The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/RFP/05sk02.htm
 
Place of Performance
Address: Contractor Facility
 
Record
SN00790467-W 20050420/050418212003 (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.