SOLICITATION NOTICE
B -- Feasibility Study for Telescope Conversion
- Notice Date
- 8/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N6228505RCF0004
- Response Due
- 8/23/2005
- Archive Date
- 9/7/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N6228505RCF0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-22 and DFARS Change Notice 20040323. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 333314 and the Small Business Standard is 500 employees. This is a 100% Small Business Set-Aside. The Fleet Industrial and Supply Center Norfolk Philadelphia Office requests responses from qualified sources capable of perform a study of the feasibility of replacing the current 61? (1.55 m) telescope at the United States Naval Observatory, Flagstaff Station (USNOFS) with a larger aperture telescope (3.5 m). The study should address the cost, risk, and schedule of a new telescope including, but not limited to, telescope mechanics, optics and opto-mechanics, bearing, drives, and controls. It is assumed that at least 1 site (Flagstaff Station) visit will be required by the contractor to properly complete the study. Considerations should include; current dome clear aperture and/or dome modifications, current pier load capacity, and current or new polar axis capability. The product of the study shall be a report that addresses the following questions: How large of a telescope can be retrofitted into the 61? facility? How large of a telescope can be retrofitted into the 61? facility, assuming preservation of the equatorial configuration? Can the current polar axis/bearing assembly be preserved (for cost savings)? Cost estimates as follows: a. Total project, b. Optical assembly only (optics, supports/actuators, truss/structure), c. New fork with declination bearings/drives only. In addition, the final report shall include a preliminary drawing/rendering of the proposed telescope. Attachment 2: Current and proposed telescope specifications 1) Specifications of the current NOFS telescope: 61? astrometric, equatorial reflector (most specs from original drawings, therefore in feet and lbs.) Optical layout: Primary: 61? (1.55m) paraboloid Secondary: 35? (0.9m) flat F/9.8 (plate scale: 13.6 arcsec/mm) Optical telescope assemble: Length: 27? Diameter: 8? Weight: 32,500 lbs. Fork Length: 18.5? O/width: 13.5? I/width: 8? Throat depth 15? Weight: 26,500 lbs. Polar axis Worm gear diameter: 7.5? Bearing journal diameter: 7? Bearing journal thickness: 1.5? Dome specifications: Diameter: 64? Clear slit width: 12? Observing floor above grade: 32? DEC axis above floor: 14? Dome center above floor: 46? Crane beam above floor: 36? 2) Requirements for new telescope Minimum aperture: 3 ? 3.5 m; Focal length; 35 m (plate scale: ~5.9 arcsec/mm); Design: R-C; Mount: equatorial; FOV: 14 arcmin diameter; IR optimized (heat management, baffles, etc). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items clauses; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.232-33 apply. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including clause 252.225-7001. The Year 2000 Warranty - Commercial Items applies. Clause 252.232-7003 applies. This announcement will close at 1600 Eastern Time on 25 August 2005. Contact Luis Aymerich, code 204.12D who can be reached at (215) 697-9616 or email luis.aymerich@navy.mil. All emails shall cite RFQ number N6228505RCF0004 in the subject line. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility/technically acceptable low bids. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Place of Performance
- Address: US NAVAL OBSERVATORY/FLAGSTAFF STATION/ARIZONA
- Zip Code: 86001
- Country: UNITED STATES
- Zip Code: 86001
- Record
- SN00874121-W 20050820/050818213335 (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 |