Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

66 -- X-Ray Powder Diffraction System

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-11-R-RK06
 
Archive Date
8/23/2011
 
Point of Contact
Kristopher J. Ramsey, Phone: 2027673782
 
E-Mail Address
Kristopher.Ramsey@nrl.navy.mil
(Kristopher.Ramsey@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis/solicitation 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 but a written solicitation will not be issued. This solicitation, N00173-11-R-RK06, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-52 and DFARS Change Notice 20110629. The North American Industry Classification System (NAICS) code is 334516. The associated small business size standard is 500 employees. This solicitation is being solicited as unrestricted. unrestricted. NRL has a requirement for an X-Ray Powder Diffraction System. Offerors are requested to provide pricing for an X-Ray Powder Diffraction System and the support items requested in the table below. CLINS should be priced as follows: Item No. Schedule of Supplies/Services Quantity Unit Unit Price Amount UII 0001 X-Ray Powder Diffraction System 1 EA $______ $__________ YES 0002 Training 1 LO *NSP *NSP 0003 Documentation 1 SET *NSP *NSP 0004 Maintenance/Support 1 LO *NSP *NSP 0005 Delivery 1 LO *NSP *NSP 0006 Installation 1 LO *NSP *NSP 0007 Warranty 1 YEAR *NSP *NSP *NSP (Not separately priced) The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/11RK06.htm. Delivery and acceptance is at Naval Research Laboratory, 4555 Overlook Ave., S.W., Building 1, Washington, D.C. 20375, and FOB Destination. Delivery shall be no later than 120 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. (a) The Government will 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: technical capability of the item offered to meet the Government requirement; price; and past performance. Technical and past performance, when combined, are approximately equal to cost or price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for proposal. All offeror's shall provide with their quotation, descriptive literature, brochures, and technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. Offeror shall provide test data or documentation verifying that their product meets ALL of the listed requirements and is a tested technology. Offeror shall annotate the RFP specifications in their response. 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 RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. The current versions of the following clauses apply to this acquisition and are incorporated by reference in accordance with FAR 52.252-2, Clauses by Reference (1998). The full text versions may be accessed at farsite.hill.af.mil. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-8, Utilization of Small Business Concerns (May 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999);. 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); ) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006). 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: FAR 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010); 252.227-7015, Technical Data--Commercial Items (Nov 1995); 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 (c)(1)(ii), CLIN 0001; and (c)(1)(iii)_None__; DFARS 252-211-7007 fill in None; DFARSs 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009). Facsimile proposals are NOT authorized. Proposals may be transmitted by e-mail to Kristopher.Ramsey@nrl.navy.mil, Code 3200. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm 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 seven (7) days prior to the proposal closing date. If proposals are mailed, an original and two (2) copies shall be received on or before the response date noted above 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-11-R-RK06/listing.html)
 
Place of Performance
Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN02490546-W 20110708/110706234756-01d52cad8fbac5ff3a0b666bc05e439d (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.