SOLICITATION NOTICE
66 -- Optical Emission Spectrometer
- Notice Date
- 4/22/2008
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908TN092
- Response Due
- 5/7/2008
- Point of Contact
- Ronda Jones 757-396-8023 Mary Ward, 757-396-8356
- Description
- This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 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. This solicitation number N00189-08-T-N092 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAICS is 334516 with a small business size standard of 500 employees. Fleet and Industrial Supply Center, Norfolk Naval Shipyard, Maritime Industrial Division intends to procure, under a firm fixed price contract: CLIN 0001: Optical Emission Spectrometer (Metal Analyzer) shall have a housing that is easily accessible to all components. The optical components, such as the CCD multi-detectors, are completely integrated and protected from dust and shock/vibration. The instrument shall be equipped with an argon-flushed spark stand with an optimized UV-light path for standard and UV arc/spack excitation. The table plate of the stand shall be easily exchangeable and the sample clamp quickly changed for fast sample throughput. Flow conditions of the stand shall be such that argon consumption is reduced, maintenance is minimal, and contamination in the spark stand is prevented. Optics shall be high resolution CCD multi-detectors with a usable wavelength range of 140 - 670 nm, plus detector for Na, Li and K. Shall be equipped with auto-profiling. The spark source shall be semiconductor-controlled with a plasma current of 1-80 A, variable discharge parameters for individual analytical tasks, and excitation parameters configured to the analytical program. The spark frequency shall be 1-600 Hz with a spark length of 10-1000 ms. The instrument control shall have a serial source-interface, with a 16 bit ADC and 1 DSP-controller (50 MHz) for 16 CCD detectors each. The floor model optical emission spectrometer must also have the following items to be acceptable: ceramic disks, ID 6 mm for stand plate, for small samples; adapter, 0.8-3 mm diameter, for wire samples; adapter, 3-10 mm diameter, for wire samples; adapter for sheets, 0.1-1 mm thickness; sircal gas purification system; consumables package for instrument; spare parts package for instrument; and argon regulator. Computer system shall include the following specifications as a minimum: CPU, Windows 2000, keyboard, mouse, 17 inch flat panel/screen monitor (due to space limitations), printer (external), and CD/RW drive. Software shall include printing and storing of measurement values and regression programs. Software shall provide continuous automatic hardware diagnosis in the background and provide automatic alloy/grade verification and identification. Instrument shall be calibrated initially by the vendor. Unit shall contain ICAL (Intelligent Calibration Logic) logic system which eliminates the need for the recalibration process. Unit shall contain calibration module for Fe, Al, Cu, Ni, Ti, Co arc/spark, calibration module Fe arc/spark PGM: Low alloy steel, Cr, CrNi, Tool Steel, and Fe arc/spark Al, Cu, Ni, Co, Ti, Zn, Sn, Pb and Mg. System pricing shall include installation by the vendor representative and user familiarization and application for a minimum of two days. Onsite training for a minimum of 2 days/ off site training for 3 days for 1 person. Shall include a one-year warranty on non-consumable parts and labor. All deliverables shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-24 and the latest Defense Federal Acquisition Regulation Supplement 20080331. The following provisions/clauses are applicable: FAR 52.212-1, 52.212-2 EvaluationCommercial Items (price and past performance are equally important in evaluation), 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 23, and 26. ADDENDA: FAR Clauses 52.204-7, 52.211-15, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form). The I-9 is based on presentation of appropriate documentation that both verifies the employees eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE: (1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2) If the contract requires access to classified material, a visit request identifying the employees clearance status may suffice depending on the employees status within the JPAS database. (3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that persons citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Note: The contractors failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 7 May 2008, 1:00 PM, Local Time and shall reference solicitation no. N00189-08-T-N092. Responses may be emailed to: ronda.jones@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.acq.osd.mil/dpap/dars/dfars/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28eedd74316249c8bc3ab3ae52c59a73&tab=core&_cview=1)
- Record
- SN01559129-W 20080424/080422221627-7449a68de070c83a83b63a320dcb88ca (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 |