SOLICITATION NOTICE
67 -- Near Infra-Red Spectroscopy System
- Notice Date
- 3/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017410Q0068
- Response Due
- 4/8/2010
- Archive Date
- 5/7/2010
- Point of Contact
- Michael Collins 301-744-6605
- E-Mail Address
-
michael.t.collins@navy.mil
(michael.t.collins@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis solicitation for commercial item prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Naval Surface Warfare Center/Indian Head Division (NSWC/IHD) has a requirement for a Near Infra-Red Spectroscopy System. This request for quote (RFQ) N00174-10-Q-0068 is the only written solicitation which will be issued, unless amended. The solicitation document, incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 18. The NAICS code is 333315. The size standard is 500. The Federal Supply Class (FSC) is 6720. This acquisition has a 10% HUBZONE preference. The Offeror shall provide a firm fixed price offer for a Near Infrared Spectroscopy System. The system shall be Optimized for highest dynamic range in single-shot mode for high signal-to-noise time-resolved spectroscopic measurements. A fully integrated system includes the following in the bid offering:.Image intensifier designed for maximum sensitivity in the near-infrared, exceeding typical S1 values.Integrated spectrometer for easy alignment with respect to streak camera.Power supplies, interfaces and cables; 110 VAC power input.PC control and image analysis software.Total system will fit on a 3 foot by 6 foot tabletop.Manuals and operational instruction guides (hard copy and electronic).Software (including installation disks as appropriate). MANDATORY MINIMUM PERFORMANCE SPECIFICATIONS: Spectrometer.Minimum focal length of 0.3 meters.Computer-controlled, motorized, three-grating turret.SMA fiber optic input with XY adjustment at entrance slit.Gratings to include: 150 g/mm, 300 g/mm, and 1200 g/mm.Grating blaze angles: must be blazed between 800 and 1500 nm for highest efficiency in the near-infraredStreak Tube Detector.Temporal resolution: ? 50 nanoseconds single-shot.Photocathode width ? 30 mm; height ? 3 mm.Integrated thermoelectric chiller.Photocathode quantum efficiency (QE) exceeds typical "S1" values from 800 to 1500 nm. Performance shall meet or exceed values stated below and not drop below "S1"oAt 800 nm: QE ? 0.4%; Radiant sensitivity ? 2.5 mA/W (milli-Amps per Watt)oAt 1300 nm: QE ? 0.004%; Radiant sensitivity ?.045 mA/WoAt 1500 nm: QE ? 0.0002%; Radiant sensitivity ? 0.001 mA/WSweep Electronics.Sweep speeds (full sweep time): no less than four selectable sweep times between 1 and 200 microseconds (10 and 100 microseconds are required sweep times).Sweep speed change must be achieved by software control.Trigger jitter: ? 25 picoseconds.Trigger input: +/- 5 Volt (BNC cable attachment)Analysis and Control.PC-based control and image analysis software, compatible with Windows XP.All functions of the streak camera and CCD triggering are to be integrated and must be controlled from the PC. Readout Camera.Minimum A/D resolution of 12-bit.Minimum 1344(H) x 1024(V) pixels Quote shall include any charges for delivery to destination Indian Head, MD. Required Delivery Date 30 September 2010. UNLESS AVAILABLE VIA ORCA (https://orca.bpn.gov/) THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICAL NAICS AND SIZE STANDARD STATED ABOVE: FAR 52.219-1 Alt 1 Small business Program Representations, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2 Evaluation-Commercial Items applies. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, with reference to 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13 and 52.232-33. 52.212-2 Evaluations-Commercial Items: the evaluation factors are as follows, listed in descending order of importance, unless otherwise stated. Factor 1 - Technical: The evaluation shall consider Offerors ability to meet minimum performance specifications. Offerors shall provide a copy of the complete technical specifications. The Offeror shall respond with a line-by-line text response attesting to the full compliance to each item listed under the mandatory minimum performance specifications and address the ability to meet the required delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will evaluate this factor as acceptable/unacceptable. Factor 2 - Past performance: Offeror shall provide three (3) references for product performance with name, telephone, fax and e-mail address on the past performance matrix (attachment I). The Government shall utilize the references and other sources for past performance information as available. The Government will not assign a rank to the Past Performance Factor, but will determine the adequacy of past performance for each Offeror based on information provided and/or obtained from other sources. Factor 3 - Price: Offeror shall provide pricing to include any standard commercial warranty, installation, and delivery charges to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. It is the intent of the Government to award based on initial offers. If considered necessary, discussions will be conducted only with those Offerors determined to have a reasonable chance for award. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product.2.) The company's CAGE code, Dun & Bradstreet Number and Taxpayer ID number.3.) In addition, if you are quoting on a comparable commercial item, product literature must be included4.) To reiterate, all FAR certifications and representations specified above must also accompany quotes, unless available online. Offeror shall provide documentation of compliance with the Buy American Act (Far 25.100-103; and clause 52.225-1 Buy American Act Supplies and 52.225-2 Buy American Act Certificate) by completing certifications provided within the solicitation, on demonstrate compliance through ORCA. Failure to provide certifications and documentation requirements for this factor may result in a proposal being considered unacceptable. At the conclusion of evaluations, the Government will reach a consensus rank for an Offerors Technical response, past performance and price. In accordance with FAR 15.101-2, Offerors will then be evaluated by comparing quotes deemed technically acceptable with the lowest evaluated price. Offerors are advised that the Government seeks quotes which demonstrate the technical ability at a reasonable price. Award will be made to the Offeror whose proposed quote represents the lowest price technically acceptable offer. Any and all questions must be submitted within 14 days from issuance of the solicitation. No questions will be accepted after that time. Responses must be received no later than 12:00 p.m. EST on 08 February 2010. Provide responses to Michael Collins (C11C), Building 1558, 4072 North Jackson Rd, Indian Head, MD 20640-5035. Telephone (301) 744-6605. Submissions may be made via e-mail to: michael.t.collins@navy.mil and denise.e.johnson@navy.mil. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. The complete terms and conditions are listed within the attached solicitation document. Please feel free to use either site to access information posted by the Navy Sea Systems Command.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017410Q0068/listing.html)
- Record
- SN02083401-W 20100306/100304235213-fae03ac9530ef14512efa0a2179780f1 (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 |