Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
MODIFICATION

66 -- Surface Profilometer- Stylus Type

Notice Date
5/11/2006
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument 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
W911QY06T0035
 
Response Due
5/21/2006
 
Archive Date
7/20/2006
 
Point of Contact
Kevin Parker, 508-233-5937
 
E-Mail Address
RDECOM Acquisition Center - Natick
(kevin.parker@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 100% Small Business Set Aside combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, utilizing simplified acquisition procedures in accordance wit h FAR Subpart 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-06-T-0035 is issued as a Re quest for 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, c urrent 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. This effort is a 100% Small Business Set-Aside. The applicable NAICS Code is 334516 with a size standard of 500 Employees. 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/. V endors are required based on this announcement to submit hard copy proposals (to include product literature) as described herein. This acquisition is for a Stylus type Surface Profilometer. General Requirements: A versatile, upgradeable system is desired to accommodate present, as well as future, sample requirements. The desired instrument shall allow for the best sample alignment/positioning and repositioning to allow for initial scanning, removal and sample treatment, and then re-scanning of the same s ample area. The instrument shall be easily operated by a number of different users. The surface profilometer shall have the following characteristics and be supplied as a turnkey system with all necessary items for complete operation supplied by the manu facturer. Specific requirements: Contact, stylus-type of design required. 2D and 3D surface profile measurement capability with necessary surface analysis software and 3D mapping/image production capability. Programmable and motorized sample stage, adjusta ble in X-Y (200mm x 200mm desired), theta, and level. Minimum sample stage size: 200mm. Minimum sample thickness: 1in. Vertical range: 250um minimal; 1 mm desired. Vertical resolution: 1?. Step Height repeatability: Under 10?. Scan Length: 50mm minimum (upgradeable to 200mm). Data points per scan: 60,000 maximum. Sample Viewing: Dual magnification (up to 250X desired), color camera (s) with field of view up to 10 mm desired. Stylus tip radius: variable, from 0.2 um to 25um. Stylus tip force: 1 to 10 mg minimal, 0.05 to 15 mg desired. Linear calibration capable. Stress Analysis capability desired. Windows compatible computer, flat panel 17in. LCD display. On-site application training for up to 4 U.S. Army personnel shall be provided. The system shall come with complete printed manuals for all system software and for system hardware. Complete system installation shall be provided. Pre-installation guide shall be supplied detailing facility considerations. The following clauses and/or provisions are spe cifically referenced and are required in the response of this solicitation: Proposals submitted in response to this combined synopsis/solicitation shall be evaluated in accordance with FAR Part 13 procedures using the following evaluation criteria: The T ECHNICAL area is most important. The PAST PERFORMANCE and PRICE areas are of equal 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 offeror 's proposal. The Past Performance area will be evaluated for performance risks by the vendor's recent relevant experience in providing these or similar items e ither with other Government agencies or other commercial/scientific industries. Price will be evaluated for price realism, fairness and reasonableness. Offerors shall submit a proposal incorporating the general and specific requirements set forth above. 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 proposal, 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 certifications 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 Contractor Registration (Nov 2003) and 252.2 25-7002 (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) Alternate 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 Prohibition of Segregated Facilitie s (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 Workers 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 Electronic Funds Transfer-Central Con tractor 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 Gr atuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Trans portation of supplies by Sea (May 2002). All clauses referenced herein may be accessed electronically at the following web addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participating in this acquisition you are requ ired to provide your name, address, phone number, and E-mail address to Kevin Parker via E-mail to Kevin.Parker@natick.army.mil or fax to (508)233-5293 for notification of amendments. If you should have technical questions, please submit them by E-mail up to Thursday, 18 May 2006. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: AMSRD-ACC-NM (Kevin Parker) Kansas Street, Building 1, Natick, MA 01760-5011. The closing date and time for this combina tion synopsis/solicitation is 24 May 2006 by 3:30 Eastern Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY06T0035/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01046859-F 20060513/060511223810 (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.