Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

66 -- Bioluminescence Sensor, Wetlabs UBAT or equal

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVOCEANO, CONTRACTS BRANCH (N112), BLDG 9134, STENNIS SPACE CENTER, Mississippi, 39522-5001
 
ZIP Code
39522-5001
 
Solicitation Number
N62306-10-Q-3010B
 
Archive Date
7/17/2010
 
Point of Contact
Michelle D. Guzman, Phone: 228-689-8375, Mona Fletcher, Phone: 228-689-8369
 
E-Mail Address
michelle.guzman@navy.mil, mona.fletcher@navy.mil
(michelle.guzman@navy.mil, mona.fletcher@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to 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 FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N62306-10-Q-3010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Changes Notice 20100623. 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/dars/dfars/html/current/252201.htm. The NAICS code is 334519 Other Measuring and Controlling Devices and the Small Business size standard is 500 employees. This procurement is unrestricted. The Naval Oceanographic Office requests responses from qualified sources capable of providing: In Situ Bioluminescence Measuring Sensors, Wetlabs UBAT or equal, meeting the following characteristics: Unit must provide high resolution, calibrated data of mechanically stimulated bioluminescent organisms; Unit should be modular to provide ease of internal cleaning and maintenance in a field setting; Unit must have a depth rating of no less than 600 meters; Unit must be capable of operation in temperature the range of 0-30 degrees centigrade; Unit must be able to maintain flow rate of no less than 320 mL/s; Unit's detection chamber must exhibit > 95% reflectance between 430-700 nm; Unit must have a dynamic range of 2.5 e6 - 2.5 e13 Photons/s; Unit's data output must be digital and RS232; Unit must have a 16-bit or greater digital output resolution; Unit's input voltage must be no greater than 18 VDC; Unit's data sampling rate must be no less than 60 Hz; Unit should have capability to meet form-fit function with current instrumentation (data loggers, etc) used by NAVOCEANO; Unit must be able to receive a calibration light source to track sensor drift; Unit must provide air-bleed port to exhaust trapped air; Unit must be convertible for underway continuous use and be capable of being mounted inside a 10-inch cylinder; Unit must use a photomultiplier tube for photon detection; Unit must have an internal pump; and Unit must be equipped to provide regulated power and include any necessary components/accessories to provide a communication link between sensor and user equipment. The contractor is required to provide an initial quantity of seven (7) sensors and any applicable system components. Delivery is requested within 12 weeks after receipt of order, FOB: Destination to Stennis Space Center, MS 39522-5001. Option One, Option Two, and Option Three are included for the procurement of an additional three (3) sensor systems. The Contracting Officer may exercise the option by written notice to the Contractor for Option One by 01 Aug 2011, Option Two by 01 Aug 2012, and Option Three by 01 Aug 2013. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Item; FAR 52.212-4, Contract Terms and Conditions - Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item; and FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item. Quoters are reminded to include a complete copy of FAR 52.212-3 and its ALT I with quotes. Additional contract terms and conditions applicable to this procurement are DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Item and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including FAR 52.237-34 FOB Destination. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, will be the most advantageous BEST VALUE to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the item offered to meet the minimum needs of the Government; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical capability and Past Performance, when combined, are of greater importance than Price. The Government will evaluate offers for award purposes by adding the total price for all proposed actions to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation. Any resultant contract will be DO rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFQ no later than 5 calendar days after publication of this solicitation. This announcement will close at 4:00 PM, CDT on 16 Jul 2010. Quotes are to be submitted to STNS.NAVO.Contracts.FCT@navy.mil. Oral communications are not acceptable in response to this notice. Quoters shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Registration and Wide Area Work Flow (WAWF) to be considered for award. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response much clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N62306/N62306-10-Q-3010B/listing.html)
 
Place of Performance
Address: 1002 Balch Boulevard, Stennis Space Center, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN02193974-W 20100703/100701235107-cf746cc2aa0a70016fe14a79b21522e0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.