MODIFICATION
66 -- High Sensitivity Optical Imager
- Notice Date
- 11/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2212A002
- Archive Date
- 12/29/2012
- Point of Contact
- Katherine M. Dorn, Phone: 5058465883, Rafaela Kovacs, Phone: 5058467691
- E-Mail Address
-
katherine.dorn@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil
(katherine.dorn@kirtland.af.mil, rafaela.kovacs@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance 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 shall not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is code 333314, Size Standard 500 employees. Solicitation number F2KBAD2212A002 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-61, Effective 15 Oct 2012. The Government intends to award a firm fixed price contract for the following: CLIN 0001: High Sensitivity Optical Imager The optical imager must meet the following specifications: • 1" or larger scientific grade-1 back-illuminated bare CCD detector with 2000x2000 or more pixels with 16 bit digitization. Peak quantum efficiency of 95% or better, with QE above 50% over the range of 400-700 nm and thermoelectric cooling to -70C or better, with lifetime guaranteed vacuum sealed chamber. Readout speed of 1 MHz or better, with 12 e- readout noise or better and dark current of 2e-3 e-/pix/sec or less. Detector shall be capable of on-chip binning to 256x256 super-pixels. • Overall sensitivity of 10 Rayleigh or better • Telecentric optics providing an effective f/# at the detector of 1.0 or less and narrow-band (2nm or less) filtering on the front end, matched efficiently to 4" filters on front end • Telecentric front end optics compatible with 4" diameter narrow-band filters with 2 nm bandwidth and efficiently matched to detector optics • Swappable front end optics providing the following fields of view: 15, 30, 60, and 90 degrees • Automated computer-controlled temperature-stabilized filter wheel capable of holding 8 4"-diameter filters • Automated integrated imager and filter wheel control software allowing pre-programmed automated operation and remote network access • 2-nm passband 4" filters appropriate for observing emissions at the following wavelengths: 427.8, 557.7, 630.0, and 777.4 nm • Automated high-reliability shutter with automatic light protection sensor • High-speed USB interface • Turn-key completely integrated system (front end optics, shutter, filter wheel, telecentric stages, re-imaging optics, and detector all mechanically secured to stand-alone chassis) optimized for observations of faint upper atmospheric phenomena. System shall be fully portable, weigh no more than approximately 100 lbs (in any one configuration-total weight including all possible front end optics and filters may be somewhat higher. 200 lbs maximum), fit within a 36"x24"x24" volume, and be sturdy enough to withstand frequent shipping and operation under field conditions without requiring realignment, disassembly, or reassembly. "Field conditions" refers to operation at remote sites with minimal infrastructure or support from trained personnel, typically from inside portable shelter with some climate control (temperature range 50-85 F) and viewing the sky through a dome. The sun shines directly onto the instrument through the dome during the day, which explains the need for an automatic light blocking shutter. The system is typically bolted to a wall or mechanically suspended from the ceiling below the dome. The area around the dome is covered with a black cloth to avoid stray light from inside the shelter getting into the lens, but the main part of the system can be expected to be exposed to at least some light during operation. A heavy system designed for a laboratory or dark room with parts of the optical train open to the room or needing an optical bench for support or alignment is not realistic. The system will operate at a single location anywhere from 2 weeks to multiple years, and generally the equipment is allowed to equilibrate to ambient conditions for 6 hours or more after opening the shipping boxes before actually operating it. No sudden temperature swings. • System shall have mechanical mounting bracket sufficient to support weight of system in vertical or horizontal configuration. System shall be reliable enough to operate 24 hours per day for months at a time without requiring operator attention, and to be able to withstand daily operation (average 10 hours/day) for multiple years before failing or requiring replacement of mechanical components. QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL MFR Part: Keo Sentry 4" Scientific Imager, 8 position filter wheel, Pixis 2048B eXcelon OR EQUAL CLIN 0002: Sentry Field of View (FoV) Kit, 4" diameter, 15 degrees QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0003: Sentry Field of View (FoV) Kit, 4" diameter, 30 degrees QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0004: Sentry Field of View (FoV) Kit, 4" diameter, 60 degrees QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0005: Sentry Field of View (FoV) Kit, 4" diameter, 90 degrees QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0006: Filter, 4" diameter, CWL 427.8 nm, FWHM 2.0nm QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0007: Filter, 4" diameter, CWL 557.7 nm, FWHM 2.0nm QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0008: Filter, 4" diameter, CWL 630.0 nm, FWHM 2.0nm QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL CLIN 0009: Filter, 4" diameter, CWL 777.4 nm, FWHM 2.0nm QUANTITY: One (1) UNIT OF MEASURE: EA FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION DESIRED DELIVERY DATE: 4 months ARO MANUFACTURER: Keo Scientific OR EQUAL Please provide a BRAND NAME OR EQUAL quote for the CLINs listed. If an "or equal" quote is submitted, the quote will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL DESCRIBE THOUROUGHLY HOW THEIR PRODUCT MEETS ALL THE REQUIRED SPECIFICATIONS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the proposed prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the proposal. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or through the SAM website at https://sam.gov. The following provisions and clauses incorporated by reference apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: [52.203-6, Alt 1, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data FAR 52.219-1 Alt 1, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.227-19, Commercial Computer Software License FAR 52.232-11, Extras FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.242-13, Bankruptcy FAR 52.246-16, Responsibility for Supplies DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 52.203-3, 252.203-7000, 252.225-7012, 252.232-7003, 252.243-7002, and 252.247-7023] DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following full text provisions and clauses apply to this procurement: FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) FAR 52.233-2, Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AFNWC/PZIA, 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB, NM 87117. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://acquisition.gov/ FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. FAR 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Addendum to FAR 52.212-2: Evaluation Criteria: The Government intends to award a contract to the Lowest Priced Technically Acceptable offer which best conforms to this solicitation. "Technically Acceptable" is defined as acceptable past performance and acceptable technical capability. Evaluation factors will be will be evaluated in the order in which they appear. (i) Price. Proposals shall be ordered from lowest price to highest price. (ii) Past Performance. Evaluation shall begin with the lowest price proposal. Offerors shall provide points of contact including contact information for previous optical imagers provided to other customers. Offerors shall also provide points of contact including contact information for any subcontractors or other businesses the offeror regularly does business with that are: small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns and women-owned small business concerns. Indicate if the business will be employed to provide the optical imager. (a) Subfactor 1: Recent. Recent past performance for optical imagers that have been provided or currently in progress within the past five (5) years from the solicitation release date. (b) Subfactor 2: Relevant Experience. Relevant experience is actual experience with providing a high sensitivity optical imager optimized for automated upper atmospheric observations. (c) Subfactor 3 -Quality. Quality is determined by whether previously produced high sensitivity optical imagers met contractual requirements or advertised specifications with few or minor problems. The Government will contact the listed points of contact with the attached past performance questionnaire. (d) Subfactor 4: Utilization of Small Business Concerns. Compliance with the requirements of FAR 52.219-8, Utilization of Small Business Concerns shall be evaluated. (e) Subfactor 5: Other Government Past Performance Sources. Other Government past performance sources, such as, but not limited to CPARS, PPIRS, or FAPIIS, may be inquired. a. Past Performance Ratings Acceptable - this rating shall be assigned to each Subfactor when past performance provided clearly demonstrates the requirement of the Subfactor has been met. Unacceptable - this rating shall be assigned to each Subfactor when past performance provided demonstrates the requirement of the Subfactor has not been met. If the Government cannot determine if Subfactor 3, Quality, has been met, an unacceptable rating will be assigned. If the Government cannot determine if Subfactors 1, 2, 4, and 5 have been met, an acceptable rating will be assigned. Offerors will be assigned an overall rating Past Performance Rating of Acceptable or Unacceptable, based on Subfactor ratings. (iii) Technical Capability. This section will provide basis for evaluating the offeror's ability to comply with the required specifications listed as an attachment. The offeror's technical response will be evaluated for conformance with the requirements and the proposed approach to meeting all aspects of the project as outlined in the specifications. The offeror's proposal shall demonstrate a thorough understanding of the requirements. Legibility, clarity, understanding, and coherence are very important. The Technical part will provide basis for evaluating the offeror's ability to comply with the specific performance requirements of the specifications. Offerors shall not merely reiterate the objectives or reformulate the requirements specified in the solicitation. (a) Technical Capability Rating Acceptable - this rating shall be assigned when the technical response conforms to the requirements and the proposed approach appears to meet all aspects of the project as outlined in the required specifications. Unacceptable - this rating shall be assigned when the technical response does not conform to the requirements and the proposed approach does not appear to meet all aspects of the project as outlined in the required specifications. DFARS 252.215-7008, Only One Offer ONLY ONE OFFER (JUN 2012) (a) The provision at FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data other Than Certified Cost or Pricing Data, with any alternate included in this solicitation, does not take effect unless the Contracting Officer notifies the offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Upon such notification, the offeror agrees, by submission of its offer, to provide any data requested by the Contracting Officer in accordance with FAR 52.215-20. (c) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) AFFARS 5352.201-9101, OMBUDSMAN (APR 2010). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2212A002/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02933615-W 20121121/121119234346-b10154f035812e1992ab5eb508e8d5dd (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 |