SOLICITATION NOTICE
A -- This is a sole source acquisition for two X-ray diffractometer systems.
- Notice Date
- 8/7/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00167 9500 MacArthur Blvd West Bethesda, MD
- ZIP Code
- 00000
- Solicitation Number
- N0016707Q5226
- Response Due
- 8/14/2007
- Archive Date
- 9/13/2007
- Description
- This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Federal Acquisition Regulation(FAR) Subpart 13.5 -- Test Program for Certain Commercial Items (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. Solicitation number N00167-07-Q-5226 applies and is issued as a request for quotation (RFQ). The set-aside for small business concerns has been dissolved. The proposed contract action is being solicited on a sole-source basis to Bruker AXS Inc. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to FAR 6.302-1(a)(2)(ii). This acquisition is for two X-ray diffractometer systems, one with hot stage and one with 2-D detector. The systems meet the following specifications required for analysis: Both systems: ? Spacious safety cabinets with door opening 30 x 40 inches to allow access for user-designed environmental chambers and other experiments ? Theta-theta goniometer with minimum step size 0.001 degree; accurate to better than 0.01 degrees throughout entire range; stepper motor design for rapid position location ? Tube stand accepts standard design ceramic tubes ? System and software capable of convenient microdiffraction profiles across samples using small beam, 2-D detector, and laser/video alignment system, including computer programming of locations ? Software written for Windows XP, includes goniometer control, includes search, structure solution, profile fitting, Rietvelt refinement, quantitative measurements, stress measurement, and texture analysis Powder diffraction system: ? 1-Dimensional Compound Si Strip Detector, at least 3.5? coverage at 435 mm Texture system: ? Theta/theta goniometer similar to above, including third ring with laser alignment video microscope ? Centric ?-Circle Eulerian cradle with Chi circle motorized range ?11 to 98 degrees, Phi circle motorized infinite range ? Motorized X-Y-Z positioning with 80x80x2 mm range ? 2-D Multiwire detector, based on a sealed proportional counter technology, with minimum 11 cm diameter aperture, integrated pre-amplification circuit, and over 1000x1000 pixel resolution; detector is true photon counter with zero dark signal The Bruker AXS systems are the only known systems that meet all of the above specificatiosn and award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency's requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 as well as DCN 20070327. The North American Industry Classification System (NAICS) Code is 334516 with an applicable size standard of 500 employees. This requirement is as follows: CLIN 0001 ? One (1) D8 ADVANCE Diffractometer System with Hot Stage. CLIN 0002 ? One (1) D8 DISCOVER Diffractometer System Base with Centric Eulerian Cradle with 2-D Dectector. (Part no. 882-020200) The following provisions and clauses apply: 52.212-1 Instructions to Offerors--Commercial Items (SEP 2006) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007). Incorporating clauses: 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (FEB 1999). 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2007). Incorporating clauses: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a). 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). CAR-G11, Invoice Instructions (OCT 2006)(NSWCCD) (see attachment for full text) NOTE: The following provision with a ?FILL IN? MUST BE COMPLETELY FILLED OUT and submitted with the offer: 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006)--Alternate I (APR 2002) (FILL IN) Selection for award will be made using the lowest price technically acceptable source selection process in accordance with FAR Part 15.101-2. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. All parties responding to the Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.). As a minimum, offers must show: (1) The solicitation number. (2) The time specified in the solicitation for receipt of offers. (3) The name, address, and telephone number of the offeror. (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount/payment terms. (7) A completed copy of all "FILL-IN" provisions as required herein. (8) Acknowledgment of Solicitation Amendments. (9) Valid Commercial and Government Entity number (CAGE). (10) Valid Data Universal Numbering System number (DUNS). Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responses must be received by Tuesday, August 14th 2007 at 2:00pm local time and shall reference the Request for Quote (RFQ) number N00167-07-Q-5226. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this solicitation may be addressed to the contract specialist, Heather Valiga, VIA FAX at 301-227-1847; or VIA EMAIL at heather.valiga@navy.mil.
- Record
- SN01364911-W 20070809/070807222402 (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 |