Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

66 -- Ultramicrotome with Accessories

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAF5163B003
 
Response Due
7/7/2005
 
Archive Date
7/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 334519. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. This 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; proposals are being requested and a written solicitation will not be issued. The following items will be procured: CLIN 0001 Ultramicrotome with separate controller, with auto thick/thin sectioning from 5-4999nm with 4 memory storage channels; compact two piece design with advanced antivibration system; separate control unit; built in hand rests; modern one piece laminated cover; drive train; life-time warrenty on cutting motor drive belt; high stability mechanical drive system for specimen advance and cutting; high precision micrometer knife stage; variable lighting and stereomicroscope system; arc segment mount; streomicroscope; self locking knife stage; two stransilluminting universal specimen holders; LED back-lighting and specimen transillumination; overhead diffuse light; glass knife support; wooden accessory box; trimming block and post; two specimen holder adapters and wrenches; breathshield; control unit with power cord; interconnect cables; dust cover; spare lamps and fuses; 100/120/220/240 Vac 50/60 Hz power imput CLIN 0002 Universal Cyrosectioning System for use with the Ultramicrotome, with insultated cryosectioning chamber; cyrochamber covers; specimen holder; electronic control unit; electrical interconnect cables; specimen mounting pins (10 at 2mm, 3mm, and 6.5mm); flat specimen holder; four knife holders for combination of glass and diamond knives with optional tungsten carbide or diamond trimming tools; microscope mounted breathshield; assorted cyro-tools; nine liter LN dewar; LN pump (non-pressurized) with insulated transfer line; pump stand; hand rest; power supply unit; LN2 transfer line; 100/120/200/240V, 50/60Hz CLIN 0003 3mm Cyro Dry Diamond Knife mounted in stainless steel triangular holder CLIN 0004 3mm Edge Diamond Knife mounted in standard oval cavity boat holder for ambient sectioning CLIN 0005 Installation and Training for procured items CLIN 0006, SHIPPING AND HANDLING (Desc. Item to be shipped to Edwards AFB, CA) The Ultramicrotome must have the following specifications per the AFRL end user requesting the acquisition: (1) The ability to section materials at temperatures ranging from -150 C to room temperature (2) All equipment and fixtures necessary to operate at cryogenic temperatures excluding the liquid nitrogen (3) A stereomicroscope for visualizing the sectioning process (4) At two diamond knifes, 1 for cryo-sectioning and 1 for room temperature sectioning (5) The ability to produce uniform sections of thickness between 25 nm and 2 microns (6) Cutting speeds ranging from 0.25 to 4 mm/sec (7) Installation and at least 1 day of training (8) At least a 1 year warranty The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR 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, include the following clauses incorporated by reference: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the ?equal? item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04, DCN 20050606. All interested offerors may submit a quote. The specifications are listing by CLINs in the description above. Delivery will be to 302 N. Mecury Blvd, Bldg 8460 Edwards AFB CA 93525-7690. Additional information: Technical point of contact for technical questions: Darrell Marchant, 661-275-6318. Contractual point of contact is: Tom Shea, 661-277-9522 fax 661-275-7882. Send all offers via fax by close of business July 5, 2005. Email all inquires to thomas.shea@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPPS web site: http://www.eps.gov/.
 
Place of Performance
Address: Air Force Research Laboratory, 302 N Mercury Blvvd, Edwards AFB CA
Zip Code: 93524
Country: USA
 
Record
SN00835266-W 20050625/050623220736 (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.