Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

66 -- Quantity two (2) Desktop Scanning Electron Microscopes (SEM) - Provisions and Clauses Full-Text Attachment

Notice Date
12/21/2017
 
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-18-T-0025
 
Archive Date
1/18/2018
 
Point of Contact
Rebecca B. Patterson, Phone: 3013945351, Tony Edwards, Phone: 301-394-3690
 
E-Mail Address
rebecca.b.patterson.civ@mail.mil, robert.a.edwards147.civ@mail.mil
(rebecca.b.patterson.civ@mail.mil, robert.a.edwards147.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Quantity two (2) Desktop Scanning Electron Microscopes (SEMs) 4. Solicitation Number: W911QX-18-T-0025. 5. Set-Aside Code: N/A 6. Response Date: 1/03/2018 7. Place of Delivery/Performance: U.S. Army Research Laboratory 321 Colleran Road Aberdeen Proving Ground, MD 21005 USA 8. (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-18-T-0025. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 06 November 2017. (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): (vi) Description of requirements: The Contractor shall deliver two (2) Desktop Scanning Electron Microscope which possess the following technical specifications: 1. The total weight of the Scanning Electron Microscope shall not exceed 100 kilogram (kg) in order to be placed on the top of a desk. 2. Shall contain Cesium Boride (CeB6) thermionic source with an average lifetime that shall exceed 1000 hours of operation before being replaced. 3. The dimensions shall not exceed 700 millimeter (mm) x 700 mm x 700 mm in order to sit on the top of a desk 4. Shall be able to operate in low vacuum, high vacuum, and charge reduction modes 5. System shall have Secondary Electron Detector (SED) 6. System shall have a Backscatter Detector (BSD) 7. System shall have energy-dispersive X-ray spectroscope (EDS) detector to detect Boron and higher atomic number elements. The EDS detector shall be positioned such that it can collect x-rays at all times, without manual insertion/removal to begin the collection of x-rays. 8. Shall have elemental mapping capabilities: line scan and area scan 9. Shall have motorized tilt & rotation and z translation capabilities. 10. Shall possess an Electron beam which can access a minimum sample area of 75 mm x 75 mm 11. Shall have a motorized controller for sample stage x and y translation 12. The first of the SEMs shall have a tensile sample stage for tension and compression testing. The load cell range from 10 to 100 Newtons (N) 13. The second SEM shall have a tensile sample stage for tension and compression testing. The load cell range from 100 to 1000 Newtons (N) 14. View magnification shall have a minimum of 80,000 times (x) without digital zoom. 15. Accelerating voltages shall be customizable from 5kV to 20kV. Electron beam current shall be customizable. 16. An integrated color optical microscope navigation camera (at least 10x magnification) shall be included that links navigation between locations selected on the optical image with the positioning of the beam. 17. Shall have factory warranty which includes: repair and replacement parts, one (1) routine service maintenance for the first year after purchase at no additional cost, and two (2) additional years of prepaid onsite service maintenance after the first year warranty has ended 18. Scanning Electron Microscope shall have an integrated controller for operating the SED, the EDS, the BSD, the tensile stage, motorized stage and image capture and analysis. 19. Shall have an electric pass-through on the stage for sensor interface. 20. The Scanning Electron Microscope shall possess a chamber able to accommodate a specimen with a maximum dimension of 5 centimeter x 5 centimeter x 5 centimeter. 21. Shall include shipping, onsite setup and training of at least three ARL technicians for one day at APG, MD. (vii) Delivery is required by No Later Than (NLT) 8 weeks After Received Order (ARO). Delivery shall be made to 321 Colleran Road Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at 321 Colleran Road Aberdeen Proving Ground, MD 21005. 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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. 1. Technical Acceptability: The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. 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 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. 2. Past Performance: Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. 3. Price: Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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: FAR: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-19, PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (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 (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUL 2014) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.247-64, PREFERENCE FOR PRIVATELY OWNED U.S. - FLAG COMMERCIAL VESSELS (FEB 2006) 52.247-64 Alt I, PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006) ALTERNATE I (APR 2003) DFARS: 52.203-3, GRATUITIES (APR 1984) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007, NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008, ONLY ONE OFFER (JUN 2012) 252.222-7007, REPRESENTATION REGARDING COMBATING TAFFICKING IN PERSONS (JAN 2015) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2012) 252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7050, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008, SOURCES OF ELECTRONIC PARTS 252.247-7022, REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (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): 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.215-20 ALT IV, REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA. (OCT 2010) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.204-0009, CONTRACT-WIDE: BY FISCAL YEAR (SEP 2009) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - (APG) EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS OPSEC REQUIREMENTS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 1/03/2018, by 11:59 AM EST, at 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact Tony Edwards, 301-394-3690, robert.a.edwards147.civ@mail.mil and Rebecca Patterson, 301-394-5351, rebecca.b.patterson.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9f137f62b31a10552bf69d53d55b17a)
 
Place of Performance
Address: U.S. Army Research Laboratory, 321 Colleran Road, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04774351-W 20171223/171221231724-a9f137f62b31a10552bf69d53d55b17a (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.