SOLICITATION NOTICE
66 -- Nicolet iS50 Fourier Transform Infrared (FTIR) Advanced Spectrometer System
- Notice Date
- 5/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2195
- Point of Contact
- Rosemary E. Shuman,
- E-Mail Address
-
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-18-Q-2195. The North American Industry Classification Systems (NAICS) code for this requirement is 334516. The Small Business Size Standard is 1,000 employees. This action is being processed on an unrestricted basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs. NUWCDIVNPT intends to purchase the following items on a firm-fixed price, sole source basis: CLIN 0001: Nicolet iS50 Fourier Transform Infrared (FTIR) Advanced Gold Spectrometer System, (P/N # 912A0765), QTY: 1/EACH CLIN 0001 includes the following: • Nicolet iS50 English Language Kit Disc (P/N # 699-124500) • Power Cord North American 120v, 3 Conductor (P/N #085-703800) • Ge-on-KBr On-Axis Beamsplitter (7800 - 350 cm-1) (pre-installed) (P/N # 840-128900) • OMNIC Specta Material Characterization - Nicolet iS50 Edition Disc (P/N # 833-043000) • iS50 Gold Dual Passport Mirror Assembly (pre-installed) (P/N # 470-454700) • Continuum Interface for Left Side of Nicolet iS50 (P/N # 470-453300) • Continuum Help and MicroView for OMNIC 9 Disc (P/N # 834-090800) • iS50 Built In Diamond ATR Module (pre-installed) (P/N # 840-230600) CLIN 0002: Dell Optiplex Workstation (P/N # 912A0917), QTY: 1/EACH CLIN 0002 includes the following: • Nicolet iS50 English Language Kit (pre-installed) (P/N # 699-124500) • OMNIC Spectra Material Characterization (pre-installed) (P/N # 833-043000) • Continuum Help and MicroView for OMNIC 9 Disc (pre-installed) (P/N # 834-090800) CLIN 0003: 22" Flat Panel Widescreen Monitor, QTY: 1/EACH CLIN 0004: SHIPPING (If applicable and separately priced), QTY: 1/LOT CLIN 0005: On-site Installation and Training Services, 1/JOB NUWCDIVNPT intends to purchase these items on a sole source basis from Thermo-Electron North America, LLC. 5225 Verona Road, Building 1, Madison, WI 53711. The basis for determining the sole source is compatibility with the current Nicolet SMART accessories. A Nicolet FTIR Advanced Spectrometer is the only spectrometer that will ensure 100% compatibility with the existing Nicolet SMART accessories. Thermo Electron North America, LLC. is the original equipment manufacturer (OEM) and owns the proprietary rights for the Nicolet high-end FTIR spectrometer system, with no authorized distributors. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement in the future. Delivery is F.O.B. Destination: Newport, RI 02841-1708. The required delivery date is forty-five (45) days after receipt of order (ARO). NOTE: Contractor shall invoice within seven (7) business days of completion of the on-site training and installation. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. The following local NUWCDIVNPT clauses applies to this solicitation: UW C-2-0002 CONTRACTOR REQUIREMENTS FOR PERFORMANCE ON A GOVERNMENT SITE (MAR 2017) (a) Contractor personnel shall comply with all current badging and security procedures required to gain access to any Government site. Access to Naval Undersea Warfare Center Division, Newport sites may only be gained by obtaining a badge (either permanent or temporary) from the security office. Compliance with SECNAV M-5510.30, Section 9-20, FACILITY ACCESS DETERMINATION (FAD) PROGRAM is specifically required. Badges shall be issued only after completion of SF85P available at: https://www.opm.gov/forms/standard-forms/ Contractor personnel requiring a Common Access Card, access to controlled unclassified information (CUI) and/or user level access to DoN or DoD networks and information systems, system security and network defense systems, or to system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information without control to identify and deny sensitive information, are required to have a favorably adjudicated NACLC. The Contractor shall ensure that Contractor personnel employed on any Government site become familiar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads or utility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnel shall wear personal protective equipment in designated areas. All contractor equipment shall be conspicuously marked for identification. The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the pamphlet entitled, "Occupational Safety and Health Information for Contractors" prior to commencing performance at any NUWCDIVNPT site. This document is available under "Contractor Safety Information" at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (c) The contractor shall ensure that each contractor employee reads the document entitled, "NUWC Division Newport Environmental Policy" prior to commencing performance at any NUWCDIVNPT site. This document is available at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (d) The contractor shall ensure that each contractor employee who is resident at any NUWCDIVNPT site completes ISO 14001 Awareness training within 30 days of commencing performance at that site. This training is available on the ISO 14001 webpage on the NUWCDIVNPT Intranet and is also available on the NUWC Division Newport Internet site. This document is available at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCNewport/ContactUs/VisitorInformation.aspx (e) The contractor shall remove from the Government site any individual whose presence is deemed by the Commander, NUWCDIVNPT, to be contrary to the public interest or inconsistent with the best interests of national security. (f) The contractor shall perform in accordance with the following, as applicable: (1) OSHA 29 CFR1910 General Industry Standard (2) OPNAV Instruction 5100.23 (series) Navy Safety and Occupational Health Program Manual (3) NUWCDIVNPT 5100.5 (series) Occupational Safety and Health (4) NUWCDIVNPT 5100.16 (series) Compressed Air Safety (5) NUWCDIVNPT Emergency Action Guidelines (6) NAVFAC P307 - NAVFAC: Management of Weight Handling Equipment (7) NUWCDIVNPTINST 5090.3 (series) Hazardous Materials Control Program (g) Prior to commencing any work that falls under the following areas, the contractor shall provide to the Contracting Officer's Representative (COR) (if no COR is assigned provide to the NUWCDIVNPT Safety Office Attn: Carol Bernier), on company letterhead, a complete listing of all qualified and trained employees who will perform the work: (1) Permit required Confined Space Program (2) Control of Hazardous Energy (Lock out / Tag out) (3) Respiratory Protection (4) Walking-Working Surfaces, Fall Protection Program and Scaffolding (h) The contractor shall follow the posted provisions of the building's Emergency Action Plan (EAP) for any mishap, incident, or emergency situation. (i) The contractor shall report unsafe work conditions and safety hazards to their supervisor, the COR, and the NUWC Safety Office. (j)The contractor shall notify the COR and the NUWCDIVNPT Safety Office as soon as practicable, upon learning that a mishap (injury / property damage) has occurred during the performance of work at NUWCDIVNPT. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)) Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This action has an exception from the Section 508 contract requirements. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNS number. Quotes must be received on or before Thursday, 31 May 2018 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Rosemary Shuman at rosemary.shuman@navy.mil with Carolyn Gillman, Carolyn.gillman@navy.mil on copy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2195/listing.html)
- Record
- SN04934010-W 20180526/180524230640-176723f813fef6ed4730aa0a41546a55 (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 |