Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

66 -- Optical Tables for Photonics Workshop

Notice Date
6/12/2024 3:27:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W9132V24N6672
 
Response Due
6/19/2024 3:00:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
Anna Crawford, LaShanda Areghan
 
E-Mail Address
Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.mil
(Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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 and quotes are being requested. A written solicitation will not be issued. Requisition Number W9132V24N6672 is being issued as a request for quote (RFQ) with intent to award as a single contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is 100% set aside for small business concerns under North American Industry Classification System (NAICS) 337127 with a Small Business Size Standard of 500 employees. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC), Geospatial Research Laboratory (GRL) 7701 Telegraph Road, Alexandria, VA 22315 has a requirement for Optical Tables for Photonics Workshop. REQUIREMENT The Geospatial Research Laboratory (GRL) requires five optical tables. Optical tables are laboratory equipment that are suitable for supporting experiments involving photonics, lasers, and general optical engineering. GRL requires that four of the tables be of size 4.9 by 10 feet by 12 inches and one of the tables be of size 4 by 6 feet by 12 inches. Optical tables are vibrationally dampened and thermally stable. They have flat stainless-steel tops, pre-drilled with industry standard 1/4""-20 (M6) holes spaced on 1-inch intervals. They stand on pneumatically isolated support frames to isolate from vibration. Scientists and engineers use these tables as a base, onto which they place optical and scientific equipment like mounted lenses, mirrors, laser sources, and optical detectors for experiments, testing, and general optical engineering work. These tables will support GRL�s work in basic research, sensor fabrication, equipment calibration, material characterization, and other scientific investigations. GRL requires that the tables and supports be delivered directly to the destination building and moved to the lab room where they will be used. There the tables will be assembled and installed in their final location and configuration, with the tables each standing and attached to the support frame and ready for use. System Requirements (Table 1): Table 1 entitled �System Requirements� provides the key specifications we are seeking to satisfy. Table 1. System Requirements Specifications Performance Requirement Required item 10-foot long optical table with support frame Quantity 4 tables plus support frames Tabletop Minimum Dimensions Quantity 4: 4.9 feet by 10 feet by 12 inches or greater Surface Material 4.8 mm or thicker ferromagnetic stainless steel Mounting Hole Type Sealed holes Mounting Hole Size and Spacing 1/4""-20 tapped holes on 1"" centers Working Surface Height Between 35 and 45 in. Frame Isolation Type Active pneumatic isolation Frame Features Cross members between legs and 4 wheel casters Tabletop Isolation Type Passively damped vibration with at least 1 tuned damper Required item 6-foot long optical table with support frame Quantity 1 table plus support legs or frame Tabletop Minimum Dimensions 4 feet by 6 feet by 12 inches or greater Surface Material 4.8 mm or thicker ferromagnetic stainless steel Mounting Hole Type Sealed holes Mounting Hole Size and Spacing 1/4""-20 tapped holes on 1"" centers Working Surface Height Between 35 and 45 in. Frame Isolation Type Active pneumatic isolation Frame Features Cross members between legs and 4 wheel casters Tabletop Isolation Type Passively damped vibration with at least 1 tuned damper Delivery of Tables and Supports Deliver and unload through the loading dock of 7880 Leaf Rd, Fort Belvoir, Virginia. Move the tables to the destination room and location as chosen by GRL. Assembly and Installation of Tables and Supports Unpack, assemble, and install the tables in the destination location so that the tables are each standing and attached to the support frame and ready for use. Delivery Date of Tables and Supports No sooner than 1 August 2024. Equipment Warranty: The vendor is requested to provide information explaining their equipment warranty and support policies to cover system problems or malfunctions inherent to the system (i.e., not caused by customer use). Equipment that fails to perform as expected may need to be returned to the vendor for check-out or troubleshooting; the government expects the vendor will address equipment malfunctions inherent to the system (i.e., not caused by GRL use). BIDDING SCHEDULE: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 0001 10-foot long optical table with support frame - 4 tables plus support frames, 4.9 feet by 10 feet by 12 inches or greater �4 �Each 0002 6-foot long optical table with support frame - 1 table plus support legs or frame, 4 feet by 6 feet by 12 inches or greater �1 Each� 0003 Wheeled caster upgrade kit (4 casters) �5 �Each 0004 Shipping and Installation �1 �Job Delivery Details: For shipping, the tables and supports shall shipped to the destination building, unloaded from the truck and moved into the building, and then moved into the lab room where it will be used. There the tables shall be assembled and installed in its final location and configuration, with the tables are each standing and attached to the support frame on wheel casters and ready for use. The destination room and location in the room will be chosen by GRL. Be aware that retail listings of similar tables describe the weight of a single unpacked table as exceeding 1800 lbs, not including the weight of the legs. The destination building is 7880 Leaf Rd, Fort Belvoir, Virginia. Building 7880 has a loading dock that is available to use for this delivery and the building has only one floor. The Government also requires that delivery of the tables and supports occur not sooner than 1 August 2024, due to floor surface renovations that will be completed before that date. Prices must include any shipping, FOB Destination. This award will be made based on lowest price technically acceptable with the standard being meets all requirements. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.� Supplement to FAR 52.212-5:� The following FAR clauses are applicable to this acquisition:� 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. FAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) Supplement to FAR 252.212-7001:� The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. FAR Clause 52.204-7, Central Contractor Registration FAR Clause 52.204-99, System for Award Management Registration FAR Clause 52.247-34, F.O.B. Destination The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation:� 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea� The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation: 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Questions must be received no later than June 17, 2024, at 12:00PM Central Standard Time.� All questions must be sent to Anna Crawford via email at Anna.Crawford@usace.army.mil. Quotes are due 19 June 2024 by 5:00 PM (Central Time Zone): �Quotes will be accepted by email only to: Anna.Crawford@usace.army.mil. For information concerning this solicitation contact Anna Crawford via email at the above email address. The Government intends to award�without discussions IAW FAR 52.215-1; however, the Government reserves the right to open and conduct discussions if it deems them to be necessary. Therefore, Offerors are advised to submit proposals that are fully and clearly acceptable without additional information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1da873c19f7d46a88648bb86630d21c5/view)
 
Place of Performance
Address: Fort Belvoir, VA, USA
Country: USA
 
Record
SN07095297-F 20240614/240612230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.