SOLICITATION NOTICE
66 -- Micro-Computer Tomography System
- Notice Date
- 3/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-02-R-SE03
- Response Due
- 4/15/2002
- Archive Date
- 4/30/2002
- Point of Contact
- Eric Sogard, Contract Specialist, Phone 228-688-5989, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 will not be issued. The solicitation, N00173-02-R-SE03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. This procurement is a 100% set-aside for small business. The associated NAICS code is 334516 and small business size standard is 500 employees. NRL has a requirement for a Micro-Computed Tomography System, with warranty and training on the system and software provided to at least 3 system managers on site at the Naval Research Laboratory, Stennis Space Center, MS 39529-5004. The required microtomography (CT) system is a complex system that shall provide a great deal of capability to perform diverse analyses. Specifically, it shall be a turnkey microtomography petrochemical, oil, gas and core analysis CT system that includes core accommodation, modeling of core structures, petrophysical tune-up/calibration, post-processing data analysis for petrophysics and training by a system user who has demonstrable skills in performing petrophysical analysis to ensure a seamless integration of data sets and image reconstruction. This multi-disciplined system shall include very high spatial resolution, narrow energy bands and core analysis tenability. The system shall provide porosity and saturation calculations from a histogram of a single image. The scanner shall provide three-dimensional characterization of core material that can be used as input to property transport simulation models. The system shall be flexible to accommodate defect analysis. Complete minimum specifications (Attachment 1) for the system are available via the internet at http://heron.nrl.navy.mil/contracts/rfplist.htm Delivery and acceptance is at Naval Research Laboratory-SSC, Code 7431, Bldg 1005, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than 150 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6, Restriction on Subcontractor Sales to the Government, with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)); (3) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); (4) 52.222-21. Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Eras (38 U.S.C. 4212); (9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (10) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be a DO Rated order under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of the proposal. An original and two (2) copies of the offeror?s proposal shall be delivered to Contracting Officer, Bldg. 1007, Room 46, Naval Research Laboratory-SSC, Stennis Space Center, MS 39529-5004 on or before 4:00PM, local time, 15 APR 2002. The package should be marked with the solicitation number and due date and time. Note 1 applies.
- Record
- SN00038365-W 20020310/020308213428 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |