Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

66 -- Laser Interferometer System

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC San Diego Seal Beach Detachment, N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409R0033
 
Response Due
4/17/2008
 
Archive Date
5/2/2008
 
Point of Contact
Cuc. Tran 562-626-7139<br />
 
Small Business Set-Aside
N/A
 
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 RFP number is N00244-09-R-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081112. 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: http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code ! is 334516. The Government has a requirement for the HR Interferometer Laser system to be used to calibrate the Electro-Optic Variant of the Virtual Instrument Portable Electronic Repair/Test System (VIPER/T), AN/USM-717. All interested offerors shall provide a quote for the following line item CLIN 0001- HR Interferometer system - (Quantity of 3 each) meeting all of the following required specification: Interferometer Specifications: System:A phase shifting, compact, Twyman- Green interferometer with integrated object-plane focusingMeasuring wavelength:632.8 nmBeam Shaping Optics:F/3 Calibration Artifact:1/20 wave PV (0.03 micron) accuracy Detector/camera Resolution:1000 x 1000 pixels Laser Source:Single frequencyStabilized HeNe Fiber and fiber coupling Maximum radiation output ? 1 mWReturn Flat Assembly:Precision 10" fused quartz 1/20 wave PV (0.03 micron) accuracyFront mounted in Tip/Tilt StageInterferometer Mount:X, Y, and Z and rotation adjustable mountDimensions:110 x 45 x 70mm (without Objective) Dedicated computer system including measurement and analysis softwareOnsite installation and training TETS System Wavefront Performance establishes the requirements for the above mentioned specifications: The accuracy of the Interferometer Calibration artifact is 0.05 waves. The tolerance is doubled as a transfer standard. Repeatability of PV measurements is specified as 0.005 waves. The single pass requirement for the collimator mirror cell is1/6 wave/fringe. The fold mirror tolerance is 1/10 before bonding. These surface area tolerances are the equivalent wavefront tolerances. The peak-valley single pass wavefront tolerance for the assembled and aligned collimator module is 0.59 waves at a wavelength of 632.8nm. The double pass wavefront error shall be < 1.18 waves. The testing that is being performed basically splits a single incoming beam of light into two identical beams by a grating or a partial mirror. Each of these beams will travel a different route, called a path, before they are recombined at a detector. The path difference, the difference in the distance traveled by each beam, creates a phase difference between them. It is this introduced phase difference that creates the interference pattern between the initially identical waves. This could be a physical change in the path length itself or a change in the refractive index along the path.Installation/Training/Warranty1. The contractor shall schedule and facilitate installation/set-up and provide one (1) training session for NSWC personnel at Naval Surface Warfare Center, Corona Division, 2300 Fifth Street, Norco, CA 92860.The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed no later than 30 days after delivery. The contractor shall provide a minimum of one (1) year warranty in the quotation. In addition to manufacturer defects and other provisions and limitations stated in the contractor's warranty, the warranty shall include unlimited technical support and unlimited software updates during the warranty period. During this warranty period, the contractor shall be responsible for the costs, insurance and arrangements for shipping the system back to and from the contractor's service center for maintenance covered under the warranty. Items shall be delivered FOB Destination and be completed in accordance with the contractor's commercial schedule. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the contract, be responsible for any loss of and/or damage to the goods occurring in the contract, and pay all charges to the specified point of delivery. The contractor shall delivered all line items to Naval Surface Warfare Center, Corona Division, 2300 Fifth Street, ATTN: Maxie Perdue, MS001, Norco, CA 92860.Required delivery 10 weeks after receipt of order. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement" 2) Past Performance, and 3) Price. Technical Capability and Past Performance when combined, are approximately equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturers sales literature or other product literature, which clearly documents that the offered product(s) meet the specifications stated above. Past Performance will be evaluated to determine the overall quality of the products and services, provided by the contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and /or information from other sources. Quoters shall provide a list of three (3) references to whom the same or similar products have been sold. The list of references shall include the name of the reference contact person; the contract number, the amount of contract and the address, telephone number, fax number, email address of the Contracting Officer, and the date of delivery or the date services were completed. Offerors shall submit the following: (1) A quotation which address line item (2) The technical description and/or product literature (3) Description of commercial warranty and 4) The most recent published price list, (5) Offered delivery time, (6) Tax Identification Number, (7) Dunn and Bradstreet number, (8) FOB Point,. The offeror shall include a statement "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.", or list any exception(s) and rationale for the exception(s). The Government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: technically acceptable offer with the lowest total cost for the listed items in the specification, and contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. 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; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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; 52.232-33, Payment by Electronic Funds Transfer Central Contrac! tor 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; 252.247-7024, Notification of Transportation of Supplies by Sea. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responsible sources may submit a quote, which shall be considered by the agency. To be determined technically acceptable the Offeror must furnish product literat! ure and technical information that demonstrates, through its proposal, the ability to meet all requirements as stated in the Specifications. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offerors must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov/. Offerors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This announcement will close and quotes must be received no later than 3:00 PM Local Time, on 04/15/2009. Any questions regarding this solicitation should be forwarded in writing via email to the Contract Specialist at Cuc.tran@navy.mil. Email proposals to Cuc.Tran@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Faxed quotes will not be accepted. Oral communications are not acceptable in response to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9372332405ecfb61ca04d5fc784227c&tab=core&_cview=1)
 
Place of Performance
Address: Naval Surface Warfare Center, Corona Division, 2300 Fifth Street, Norco, CA 92860., Norco, CA<br />
Zip Code: 92860<br />
 
Record
SN01777310-W 20090327/090325215752-73cccdffba921d421e6c7d1af02cf0ed (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.