Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2009 FBO #2958
SOLICITATION NOTICE

66 -- The Naval Air Warfare Center Aircraft Divison, Lakehurst, NJ intends to procure One (1) integrated scanning electron microanalysis system, including manuals, delivery and warranty - microanalysis system statement of work

Notice Date
12/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-C-0151
 
Archive Date
1/27/2010
 
Point of Contact
Letitia M Baker, Phone: 732-323-4406
 
E-Mail Address
letitia.baker@navy.mil
(letitia.baker@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of work for microanalysis system This is a Combined synopsis/Solicitation for Commercial Item authorized in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only notice; quotations are being requested and a written solicitation will not be issued. The Naval Air Warfare Center Aircraft Divison, Lakehurst, NJ intends to procure the following item: One (1) integrated scanning electron microanalysis system, including manuals, delivery and warranty. This system will consist of a variable pressure scanning electron microscope and integrated silicon drift detector energy dispersive xray (EDS) spectrometer and electron backscatter diffraction (EBSD) detector. The system will be an integral component for analyses conducted in the NAVAIR Lakehurst Component Analysis Laboratory, in support of research for new/alternate materials and component failure analyses. This system will examine metallic and non metallic components are examined to determine chemical composition by element and weight percent, foreign material contamination, and defects in manufacture. Metallic substances typically examined include carbon and alloy steel, stainless steels, tool steel, aluminum alloys, titanium alloys, cast iron, nickel alloys, and bronze alloys. Non-metallic substances typically examined include paint films, greases, lubricating oils, preservative compounds, solid film lubricants, hydraulic fluids, corrosion inhibitors, engineered plastics, commodity plastics, engineered plastic fibers, ceramic-metallic powders, and powder coatings. The proposed scanning electron microscope (SEM) will replace the existing LEO 1455VP SEM and PGT Spirit energy dispersive x-ray spectrometer (EDS). Please see the attached document for specificationis/requirements. Shipping is FOB: Destination and the shipping address will be: COMMANDER, NAWCAD SHIPPING AND RECEIVING ATTN: COMPONENT ANALYSIS LABORATORY, BUILDING 678, RM 12A LAKEHURST, NJ 08733 The award will be subject to the following Federal Acquisition Regulation (FAR) Clauses: FAR 52.212-1, Instruction to Offerors, Commercial items. FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced technically acceptable offeror. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items (June 2005) with its offer. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5 (Class Deviation), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following Provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era; and other eligible veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking in iPersons (Feb 2009), 52.225-13, Restriction on Certain Foreign Purchases; 52.233-3, Protest After Award (Aug 1996), 52.233-4 applicable Law for Breach of Contract Claim (Oct 2004), 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (mar 2008), 52.247-64 Preference for Privately Owned U.S. – Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buyer American Act and Balance of Payments Program; 252.232-7010 Levies on Contract Payments (Dec 2006), 252.247-7024, Notification of Transportation of Supplies by Sea. In accordance with FAR 52.212(a): Award will be made to the lowest price technically acceptable offer. To be deemed technically acceptable, offerors must meet all specifications listed in this synopsis as well as the attached Statement of Work. The information submitted should clearly indicate the offeror’s understanding of the technical requirements through the submission of a satisfactory quote. Statements of the nature that the offeror understands, can or will comply and meet the solicitation requirements, or which merely paraphrase the specification or parts thereof are considered inadequate. Phrases such as “Standard procedures will be employed” or Well known techniques will be used” are also inadequate and unsatisfactory. Quotes shall include information/documentation in sufficient detail to clearly identify the offeror’s overall qualifications to provide the item in question. (Examples of documentation are brochures, Technical Reports, Quality Reports, contractor format documentation, etc.) A quote which does not address all of the proposal requirements described in the following sections will be considered non-responsive to that requirement and may be a basis for eliminating the quote from further consideration. The offeror’s commercial warranty of a least one (1) year shall apply.and should be stated in the quote. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and the claim procedures. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Refer to the following website for information on clauses incorporated into the announcement: http://farsite.hill.af.mil/. All vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF). Information on the electronic forms the contractor shall utilize to comply with DFARS 252.232-7003 is available on the WAWF Functional Information website, at https://wawf.eb.mil/FuncInfo.html. All responsible sources may submit a quote which, if received in a timely manner, shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-C-0151/listing.html)
 
Record
SN02031749-W 20091230/091228233905-d6cbb058735532d989913f00c899c9e9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.