Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

66 -- One (1) Cathodoluminescence System to be added to the existing Camscan Electron Microscope - Provision Clauses

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0359
 
Archive Date
10/7/2016
 
Point of Contact
Nathlie M Hicks, Phone: 3013943985
 
E-Mail Address
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provision Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-16-T-0359.This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (iv) The associated NAICS code is 334516. The small business size standard is 1000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Cathodoluminescence System (vi) Description of requirements: The Contractor shall deliver and install a quantity of one (1) fully functional cathodoluminescence (CL) system that is compatible with the government's existing Camscan scanning electron microscope (SEM).the Army Research Laboratory (ARL), Adelphi, Maryland 2800 Powder Mill Road, Building 207, Room Z3A-19. The Contractor shall ensure that the CL sytem is fully equipped, functional as a whole system, and meets the following minimum requirements: - One (1) flange and one (1) mount compatible with existing Camscan SEM - Automated control and alignment of mirror stage or no user alignment necessary as all optics are pre-aligned - provides both panchromatic and monochromatic CL. o Ultraviolet (UV) through visible spectrum - Intensity and spectral mapping using SEM x-y external input - Spectral calibration The Contractor shall ensure that the CL system contains Source Code & Control System with the following features: - Provides complete instrument control - Provides control of data acquisition of the instrument - Provides exporting of data in a readable text, comma separated variable, or Excel data file for data analysis. - Control is accomplished via a keyboard and mouse - The Contractor shall provide all new source code releases, upgrades and patches for the CL system for three (3) years after delivery and final acceptance. - Data analysis of the received spectral data from the CL  The detector proposed shall include spectral correction capabilities The Contractor shall ensure that the CL system contains a detector capable of measuring at least 200 to 850 nanometers (nm). At proposal submission the detector response curve shall be supplied for all proposed detectors. Responses will be assessed within the 200-400 nm range. The contractor shall supply a basic drawing of the proposed optics and specify whether the beam paths are in air, purged with inert gas or in vacuum. The contractor shall supply details regarding the spectral resolution, the basic monochromater parameters and potential for future upgrades. The Contractor shall demonstrate at ARL that the CL System is fully functional, which includes: Training The Contractor shall conduct operator and maintenance training following the installation of CL System at ARL. For training purposes, the Contractor shall travel to ARL in Adelphi, MD to provide a minimum of one (1) day, a total of eight (8) hours, of the operator and maintenance training for up to three (3) participants. Training can occur concurrently with installation and demonstration. Troubleshooting The Contractor shall provide access to a technical support person to answer questions regarding tool operation, hardware troubleshooting and basic CL system data analysis via telephone or email during normal business hours 0900-1700 for the time zone of the Contractor's main base of operation for the duration of ownership. The Contractor shall ensure the technical support person responds to voicemails and emails within two (2) business days. Warranty The Contractor shall provide a full warranty on the CL System for one (1) year after installation acceptance. The Contractor shall ensure the warranty includes: • Installation and replacement of all parts (excluding parts and materials that are handled incorrectly or misused by the government) at no cost t the Government. • All repairs or modifications if the CL system is no longer functional according to the specifications at no cost. All labor and transportation costs to and from ARL for repairs and modification if the CL system is no longer functional according to specifications. • A response time of two (2) business days from the time the Government calls or emails in a request for service to diagnose and propose a plan to repair the CL System, and commence repair activities within four (4) business days from the time of request Deliverables - CL system Schematic Drawings/Operation Manual - The Contractor shall provide the TPOC upon delivery, with an electronic copy in Portable Document Format (.pdf) of the schematic drawings, service and maintenance instructions, along with an electronic copy of the Operation Manual for the CL system and manuals for all subsystems written in English. - The Contractor shall provide the TPOC upon delivery, with an electronic copy in Portable Document Format (.pdf) of the factory settings of all components. (vii) Delivery is required by 30 October, 2016. Delivery shall be made to U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD. Acceptance shall be performed at U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications/options and/or delivery time: • Optimized response characteristics within a spectral range of 200-400nm of the detector o From the spectral response curve it is desired to meet a minimum of 10% quantum efficiency at 200nm, with a nominally linear lineshape from 200-400 nm. o A larger spectral response at all wavelengths from 200-400 nm is desired o Lack of large local minima in the lineshape between 200-400nm. • Warranty and Maintenance terms • Capability for analysis of acquired spectra or mapping • Capabilities to upgrade optics, detectors and stages with future procurements • Power calibration capability • Beam paths in vacuum is the most preferred, followed by inert, with air being the least desirable. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry, academia or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous twenty-four (24) months. Offerors shall identify a point of contact for each sale by providing a name, email address and telephone number. Price will be evaluated based on the total proposed base package price, excluding options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (APR 2015) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JULY 2014) 52.222-50 COMBATTING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7035 ALT 1 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-ALTERNATE I (NOV 2014) 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (NOV 2014) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011) 52.016-4407 TYPE OF CONTRACT (SEP 1999) 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xv) Offers are due on 09/22/2016 by 11:59AM and shall be sent electronically to Nathlie Hicks at nathlie.m.hicks.civ@mail.mil. (xvi) For information regarding this solicitation, please contact Nathlie Hicks at nathlie.m.hicks.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9978f2b9c38476b25ccb7eae0860e4b0)
 
Place of Performance
Address: US Army Research, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04273651-W 20160917/160915235907-9978f2b9c38476b25ccb7eae0860e4b0 (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.