SOLICITATION NOTICE
66 -- MODIFIED SECONDARY ION MASS SPECTROMETER
- Notice Date
- 1/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-04-R-KK01
- Response Due
- 1/30/2004
- Archive Date
- 1/30/2005
- Point of Contact
- Kevin King, Contract Specialist, Phone 202-767-1495, Fax 202-767-5896, - Wayne Carrington, Contracting Officer, Phone 202-767-0393, Fax 202-767-5896,
- E-Mail Address
-
king@contracts.nrl.navy.mil, carrington@contracts.nrl.navy.mil
- Description
- 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 and a written solicitation will not be issued. The solicitation, N00173-04-R-KK01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-18 and DFARS Change Notice 20040101. The associated NAICS code is 334516 and the small business size standard is 500 employees. NRL has a requirement for a modified commercial Secondary Ion Mass Spectrometer (SIMS). This modified instrument will be the same as a standard commercial SIMS, but will not have the final electrostatic and magnetic analysis components. The function of these components will be provided by NRL?s existing Trace Element Accelerator Mass Spectrometer system. This modified instrument must include a high brightness cesium microbeam source, a primary beam mass filter, a charge autocompensation electron gun, software support, and preliminary acceptance testing. Option items include a high resolution charge coupled device, Z axis manual movement, an oxygen flooding attachment, a closed loop water cooled chiller, and a 3 phase line conditioner and step up transformer. The successful offeror shall provide documentation and warranty terms customarily provided to the public with a commercial item. The complete specification is available at http://heron.nrl.navy.mil/contracts/RFP/04KK01.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 270 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The proposal must demonstrate an understanding of all requirements covered in the RFP?s terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP?s Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the supplies or services that has been determined to comply with the requirements of the solicitation. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at : HTTP://HERON.NRL.NAVY.MIL/CONTRACTS/REPS&CERTS.HTM 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: FAR 52.203-6, FAR 52.219-8, FAR 52.219-9 (Alt. II), FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.247-64. 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: 52.203-3, DFARS 252.205-7000, DFARS 252.219-7003, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023. The following additional DFARs clauses apply: 252.204-7004, The following additional FAR clause applies: 52.214-31. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. 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. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil.contracts.rfplist.htm.
- Place of Performance
- Address: Contractor Facility
- Record
- SN00501471-W 20040111/040109212127 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |