Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

66 -- Raman Microscope

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBAP2205A001
 
Archive Date
9/28/2012
 
Point of Contact
Brandy L. Johnson, Phone: 8508825576, Tara Creekmore, Phone: 850-882-0332
 
E-Mail Address
brandy.johnson@eglin.af.mil, tara.creekmore@eglin.af.mil
(brandy.johnson@eglin.af.mil, tara.creekmore@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFTC, Installation Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a NRS-5100 with 532 nm excitation laser with manual XYZ stage. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The announcement number is F1TBAP2205A001. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a small business standard 500 employees. Please identify your business size in your response based upon this standard. Item Description CLIN 0001: NRS-5100 WITH 532NM EXCITATION LASER WITH MANUAL XYZ STAGE, QTY 1 IAW AFRL/RWME Statement of Work/Specifications: requires a turn-key in-situ Raman probe microspectrometer system for Ultra-High Vacuum in-situ Raman measurements. Basic Requirements: An in-situ Raman probe microspectrometer comprised of the following three components (1) an in-situ Raman probe with fiber-optic interface, (2) a Raman microspectrometer-laser system, and (3) the probe-UHV chamber interface. Laser safety elements such as interlocks shall be included to protect users during operation. Geometric Requirements: The probe must be horizontally mountable on a 6 inch Conflat (CF) flange. The probe shall be able to measure samples located 7.94 +/- 0.1 inches from the outside face of the mounting flange. The CF flange bolt pattern will be provided upon request. The fiber optic interface shall be at least 10 meters in length and include the system appropriate fiber-couplers. The in-situ portion of the probe shall be compatible with Ultra-High Vacuum (UHV). Probe and Fiber Optic Requirements: The Raman probe shall interface with the spectrometer by fiber-optic cables. The cables will be optimal for the laser-spectrometer system; suggested values are 100 micron excitation fiber and 200 micron collection fiber. A video subsystem shall be included to provide visual alignment verification of the probe and sample. An optics based mechanism for beam steering and beam filtering shall be included to reduce laser line and fiber optic background at the laser excitation wavelength. Raman Microspectrometer Specifications: • The vendor shall provide a 532 nm Excitation laser for use with the Raman system. • All filters and optics necessary for utilizing the Raman probe microspectrometer system shall be included. • An optics platform shall be included to provide a stable platform for spectral measurements. • Mono/Poly-chromators and holographic gratings will be of high precision and be free of aberrations (off-axis astigmatism and chromatic). Gratings included in the spectrometer will be factory pre-aligned, and will not require end-user alignment. Gratings shall provide at least 98% reflectivity. • The Raman spectrometer must have a wavenumber range (Raman shift) of at least 50 - 8000 cm-1 with an accuracy of at least +/- 1.0 cm-1 and reproducibility of at least +/- 0.1 cm-1 utilizing a 532 nm excitation laser. • An automated filter mechanism shall be included to reduce sample fluorescence and enhance spatial resolution. A mechanism for verifying spatial resolution shall be included; such mechanisms may include CCD video monitoring. • Beamsplitting used to direct the laser light into the microscope optics must have a mechanism to optimize Rayleigh scattering rejection. • Built in, automated, white light and neon lamp sources shall be included for the purposes of spectrograph and spatial calibrations (respectively), • Laser shutters must be included that will fully attenuate laser beams when not in use. • The Raman microspectrometer shall have interfaces for additional lasers with wavelengths from 244 nm to 1064 nm. In addition the system will include additional fiber-optic excitation-collection interfaces for remote sensing applications. • The microspectrometer shall include a mechanism for creating distortion free 3-D sample mapping at various focal depths. Probe-Chamber Interface: The Probe-Chamber Interface shall be a user supplied system that includes a motorized linear translator and a gate valve with roughing port (CF type). This system will translate the probe safely behind a vacuum gate valve when not in use. Behind this gate valve the probe space shall be able to be pumped down to 10-8 Torr through the roughing port on the gate valve. The pumping system for this interface system will be supplied by the end user. After installation of the interface to the chamber, the probe must still be translatable to the sample with the additional length of the interface. Software Specifications: Software capable of controlling the instrumentation, acquiring Raman spectra, and analyzing the data shall be included. Software should be capable of simultaneous data acquisition and data analysis of collected spectra. A current spectral database/library shall also be included with the software suite. Power and Storage: All power supplies and cables shall be provided. System shall function on 115 VAC, 60 Hz electricity. An enclosure solution for all non-vacuum components such as a rack mount or instrument cart shall be included. Serviceability and Warranty: Vendor will clearly describe which parts are covered under the standard Warranty and the duration of the standard Warranty. Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor and travel/tech support charges for a limited time period. Training: The vendor shall provide a minimum of eight hours of operator training on site. The on-site training shall include as a minimum; basic instrument, operation, software, data analysis, maintenance and trouble shooting of the installed system. The vendor shall also provide a minimum of two days of intermediate/advanced operation of the instrument. This advanced training is preferred to be conducted at the manufacturer's site and should include hands on training with equivalent instrument and shall cover options which may not be included with the installed instrument. Quoted price should include FOB Destination. Required delivery date is no later than 56 days ARO. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-058 effective 18 May 2012, DFARS DPN 20120724 effective 22 May 2012, and AFFARS current thru AFAC 2005-60 effective 26 Jul 2012. This contract incorporates one or more clauses by reference, and have effect as if they are provided in full text. The following provisions and clauses are applicable: The clauses incorporated by reference are: • FAR 52.204-7, Central Contractor Registration (Feb 2012) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.204-99, System for Award Management Registration (Aug 2012) (Deviation) • FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • FAR 52.211-6, Brand Name ( Aug 1999) • FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) • FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) • FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) • FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) • FAR 52.222-3, Convict Labor (Jun 2003) • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) • FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • FAR 52.222-26, Equal Opportunity (Mar 2007) • FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) • FAR 52.223-11, Ozone Depleting Substances • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • FAR 52.232-33, Payment by electronic Funds Transfer-CCR (Oct 2003) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) • FAR 52.246-4, Inspection of Services - Fixed Price (Aug 1996)  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) • DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • H-850 Local clause for WAWF The following clauses and provisions apply and are incorporated by full text: • FAR 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." ADDENDUM TO 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of proposals, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested and certification will not be required. However, if at anytime during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - PRICE PROPOSAL (a) Insert proposed unit and extended prices in your proposal for each Contract Line Item Number (CLIN). The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal must be broken down IAW the Statement of Work (Technical Capability, Software Specifications, and Training) for a total unit proposed price. (b) Complete the necessary fill-ins and certifications in the applicable clauses listed in the combined synopsis solicitation and include them in your proposal. Submit only those pages that require a fill-in. The provision FAR 52.212-3. Offeror Representations and Certifications Commercial Items, shall be returned along with the proposal unless it is already completed electronically via System for Award Management (SAM). 2. PART II - TECHNICAL PROPOSAL The technical evaluation process will evaluate the offeror's qualification for the requirement as detailed in the SOW. The offeror's technical capability submission will be evaluated as acceptable/unacceptable. Only those offers determined technically acceptable, either initially or as a result of clarifications/discussions, will be allowed to continue in the evaluation process. Technical capability will be evaluated on the three (3) subfactors listed below. Each subfactor will be rated on an acceptable/unacceptable basis. If any subfactor receives an unacceptable rating, the entire proposal will fail the evaluation. (a) Subfactor 1 - Equipment The offeror will provide enough specificity within the proposal to determine whether or not the proposed equipment meets all technical specifications required by the Statement of Work. (b) Subfactor 2 - Software Specifications The Government will evaluate each software specification to assure that it reflects a sound understanding of the contract requirements. (c) Subfactor 3 - Training The vendor shall provide a minimum of eight hours of operator training on site. The on-site training shall include as a minimum; basic instrument, operation, software, data analysis, maintenance and trouble shooting of the installed system. The vendor shall also provide a minimum of two days of intermediate/advanced operation of the instrument. This advanced training is preferred to be conducted at the manufacturer's site and should include hands on training with equivalent instrument and shall cover options which may not be included with the installed instrument. (End of provision) • FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability (Pass/Fail) 2. Software Specifications (Pass/Fail) 3. Training (Pass/Fail) 4. Price Technical capability, software specifications and training, when combined, are more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [___ ] is not [___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 5:00 P.M., Central Standard Time on 13 SEPT 2012. The offer should be in accordance with the Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items and also Addendum to FAR 52.212-2, Evaluation - Commercial Items. The quote is at the discretion of the offeror. Send all packages via email to Brandy Johnson at brandy.johnson@eglin.af.mil. For questions, contact the contract administrator, Brandy Johnson at (850) 882-5576.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP2205A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02868053-W 20120907/120906000702-e62ff20b6fc6d7b15188fc5cb300638b (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.