Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

66 -- Near Field Optical Microscope System

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 FISC 800 Seal Beach Blvd, Bldg 239 Contracts, Seal Beach, CA 90740-5000
 
ZIP Code
90740-5000
 
Solicitation Number
N0024406T0163
 
Response Due
12/13/2005
 
Archive Date
1/12/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-06-T-0163. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-05 and DFARS Change Notice 20051114. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333314! and the Small Business Standard is 500 employees. This is a sole source action with Nanonics Imaging LTD., Jerusalem, ISR. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001 Multi View 2000TS, MultiView 2000(NSOM/SPM Tip and Sample Scan Head Assembly): Two 70 micron flat scanner piezo stages incorporating 24mm central opening; Scan Range: Lateral ? 140 micron, Scan Range: Axial ? 70 micron. Inertial translation for sample rough movement over 6mm, five sample holders, and ten cantilevered fiber near-field/AFM imaging probes for installation. CLIN 0002 Integra Control System: Hardware specifications: Supports various imaging modes including AFM (contact and non-contact), phase, error signal and NSOM. Up to 8 data channels can be read and imaged simultaneously. All ADCs are 16 Bit and DACs have 16-bit resolution. Image size continuously variable from 2?2 to 1024?1024 and inbuilt lock-in amplifier. Software specifications: User friendly 32-bit Window s application available for Windows 95/98, NT and XP. Intuitive scan parameter setup, Image and line profiles displayed in real time, 2-D and 3-D image rendering and Extensive image processing options. Comprehensive image analysis features including: cross section, particle analysis, fractal analysis and z-data histogram. Import data as Windows bitmaps and ACSII. Export data as TIFF and Windows bitmaps and ACSII,16 Bit Image Resolution in all three axes. CLIN 0003 Original HP DX2000 Computer w/ Intel Pentium 4 ? 2.8GHz Processor, Internal Memory 256 MB DDR, 40GB Hard Drive 7200RPM, Floppy Disk Drive 1.44MB, CDROM 52x,Internal Voice Card, Internal Network Card 10/100 MBPS, Win XP PRO, 104 Keys keyboard and Mouse, ATX Casing, USB 2 Outlets, and Three Years HP Worldwide Warranty. CLIN 0004 High Voltage Piezo Driver, Three channel Paraphase high voltage amplifier with three(3)Analog inputs (+-10V), 3 Paraphase HV Outputs(+-130V), Manual Control option, and 3 Voltage displays. CLIN 0005 Optical Fiber Illuminator and Detector System for Tip Scanning: Detector system and detector mount for optical microscope, Bandpass filter, Single Mode Fiber Coupler mounting and alignment system, Detector Controller(Power Supply and Counter). For configuration in collection mode. CLIN 0006 High Vacuum Compatibility Upgrade and customization of the scan head assembly to provide high vacuum compatibility and correct fit on to the stage inside the customers SEM chamber. This will be determined at the appropriate time when the necessary information is available. CLIN 0007 Onsite Installation and Training. Delivery is 16 weeks ARO. FOB Origin. Place of delivery is Monterey, CA 93943. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-29, F.O.B.! Origin; and 52.212-5, Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6,Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt I; 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within ten days after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Anticipated award date will be 12/13/05. Fax proposal to 562-626-7877 or Email: Rachel.McFarland@navy.mil
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00947669-W 20051209/051207212544 (fbodaily.com)
 
Source
FedBizOpps 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.