SOLICITATION NOTICE
66 -- Short Wave InfraRed Hyperspectral Imager
- Notice Date
- 8/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-MS06
- Response Due
- 8/30/2005
- Archive Date
- 9/14/2005
- Small Business Set-Aside
- Total Small Business
- 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-MS06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-05-05 and DFARS Change Notice 20050621. The associated small business size standard is 334513 and 500 employees. NRL has a requirement for short wave hyperspectral imager. CLIN 0001: The contractor shall deliver one short wave hyperspectral imager, that must contain a hyperspectral imager, a controller, data acquisition and storage, software to operate the system and store and retrieve data, documentation of optical and electrical specifications of the system, and user manual. in accordance with the specifications. CLIN 0002: Data in accordance with the Contract Data Requirements List, DD 1423. The complete specification and/or other information required for this combined synopsis/solicitation is available at Fill in the correct URL address, e.g. http://heron.nrl.navy.mil/contracts/RFP/05ms06.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than six months 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. 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: (i) technical capability of the item offered to meet the Government requirement; (ii)price; and (iii) past performance. Technical and past performance, when combined are more important then 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/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, 52.219-6, 52.219-8, 52.219-14, 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, 252.211-7003, 252.225-7021, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, and 252.247-7023. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A. The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. 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 concerning the RFP no later than August 11, 2005. An original and 2 copies of the offeror's proposal shall be received on or before the response date noted above, 3:00 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. 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. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Place of Performance
- Address: Naval Research Laboratory, 4555 Overlook, Ave., SW, Washington, DC
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN00860686-W 20050804/050802212841 (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 |