Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

66 -- Spectral Radiometer System

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF5134B001
 
Archive Date
8/14/2015
 
Point of Contact
Kent D. Kundert, Phone: 6612771993, Steve Ostrander, Phone: 6612779567
 
E-Mail Address
kent.kundert.1@us.af.mil, Albert.Ostrander@us.af.mil
(kent.kundert.1@us.af.mil, Albert.Ostrander@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - F1S0AZ5134B001 THIS IS A BRAND NAME OR EQUAL ACQUISITION AND IS A SMALL-BUSINESS SET ASIDE. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-82 and DFARs Change Notice (DPN) 20150602. NAICS is 334516 with a small business size standard of 500 employees. The Air Force Test Center (AFTC), at Edwards AFB, CA is soliciting for a Spectral Radiometer System. Minimum Salient Characteristics (Brand Name or Equal Characteristic Minimally Acceptable or Equal Criteria Quantity): 1 EA Spectral Radiometer System - The spectral radiometer sensor must be capable of measuring spectral data across the wavelengths of 380nm to 1,080nm at 2nm increments with wavelength accuracy less than 0.8nm and 10 to 1 signal to noise. - The spectral bandwidth is to equal 14nm (measured at 50% of peak [FWHM]). - Three apertures are required: 0.5 degree round, 1.0 degree round, and 2 degree round. See spot size data below. - Luminance sensitivity to be 0.0000009 cd/m squared (0.000003fl) for 2 degree aperture at 2856K. The instruments luminance accuracy is to be +/- 2% to NIST Traceable standard @2856K. - The Field of View of the instrument is to be 8.5 degrees. - Spectral stray light to be less than 0.06% and polarization error to be less than 0.2% (for linearly polarized sources). - Three neutral density filters are required: ND-0.3 (50% transmission),ND-0.7 (20% transmission),and ND-1 (10% transmission). The filters are to be mounted as required on the supplied objective lens - The spectral radiometer unit is to come with a NIST traceable calibration that is valid for one year. - A "calibrated reflectance standard" is required to perform reflectance measurements. - The spectral radiometer sensor must have a USB (Universal Serial Bus) port to allow an external computer and software to communicate with the unit and capture data through it. - The spectral radiometer sensor must have a rechargeable battery capable of powering the device for 8 hours of continuous operation in the field. - The sensor must also have a A/C power adapter for a north American plug. - User self-calibration software is required to perform in-house calibration of the instrument. This includes being able to calibrate all apertures that the spectral radiometer is configured to support. - A software development kit (SOK) is required to locally develop custom software. - Unit must come with a hard molded protective carrying case. - Integrated color camera kit to provide remote viewing of measurement scene through an eyepiece or equivalent method of remote viewing. - Unit must come with a 16-foot USB Cable Aperture verses Spot Size: -- Working Distance: 355mm, 305m -- 2 degree aperture: 10.5mm, 10.64m -- 11 degree aperture: 5.25mm, 5.32m -- 0.5 degree aperture: 2.63mm, 2.66m Delivery: 4 WARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination to Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. ***This is a Small-Business Set Aside*** OFFERORS MUST COMPLY WITH POLICY IN FAR 4.1102 for System for Award Management (SAM) registration requirements. INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: i. Price ii. Technical capability of the item offered to meet the Government requirement **Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded** The following FAR provisions and clauses apply to this acquisition: Provision 52.211-6, Brand Name or Equal Provision 52.212-1, Instructions to Offerors--Commercial Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items Clause 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (to include: Clause 52.219-6, Notice of Total Small Business Set Aside Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following DFARs clauses apply to this acquisition: Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials Provision 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Clause 252.204-7015, Disclosure of Information to Litigation Support Contractors Provision 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations Clause 252.223-7008, Prohibition of Hexavalent Chromium Provision 252.225-7000, Provision Buy American Statute--Balance of Payments Program Certificate Clause 252.225-7001, Buy American and Balance of Payments Program Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions Clause 252.232-7010. Levies on Contract Payments Clause 252.244-7000 Acquisition of Commercial Items Clause 252.247-7023 Transportation of Supplies by Sea The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Clause 5352.201-9101, Ombudsman The following factor shall be used to evaluate quotes: Lowest price technically acceptable; technically acceptable is meeting all minimum salient characteristics. ***This is a Small-Business Set Aside*** Offeror's are instructed to complete the provision DFARS 252.209-7992, as attached, IN FULL TEXT. This must be returned with the offeror's quote. Quotes are due by e-mail no later than July 30, 2015 at 3:30 pm PST. E-mail address: kent.kundert.1@us.af.mil. Phone: 661-277-8317, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF5134B001/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Bldg 2800, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03812792-W 20150730/150728235259-fcbec3f758b05a3eac3967e90c449fa9 (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.