SOLICITATION NOTICE
66 -- Scanning Probe Microscope
- Notice Date
- 6/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-03-R-CR08
- Response Due
- 7/7/2003
- Archive Date
- 6/4/2004
- Point of Contact
- Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
- E-Mail Address
-
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
- 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, N00173-03-R-CR08, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-14 and DFARS Change Notice 20030430. The associated NAICS code is 334516 and the small business size standard is 500 employees. NRL has a requirement for one each (CLIN 0001) Scanning Probe Microscope System, which includes installation, training, commercial warranty, and technical data such as drawings, schematics and servicing procedures. The system has two optional items, (CLIN 0002), Probes, various types, with volume pricing, and (CLIN 0003), one each printer compatible with system. The Government reserves the right to exercise any or all options at time of contract award. The options may be exercised by the Contracting Officer giving written notice any time prior to contract completion. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than January 1, 2004. Delivery of optional items will be determined at time of option exercise, if exercised. 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: 1. Technical capability of the item offered to meet the Government requirement; 2. price; and 3. past performance. Technical and past performances, when combined, are more important than price. 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)(52.217-5). 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 identified as B and 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 clauses cited within this clause are applicable: 52.203-6, 52.217-04, 52.219-4, 52.219-8, 52.219-9, 52.219-25, 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.233-3, and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.205-7000, 252.219-7003, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional DFAR clause will apply: 252.204-7004. 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 DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm The complete specification and/or other information required for this combined synopsis/solicitation is available at Fill in the correct URL address, e.g. http://heron.nrl.navy.mil/contracts/RFP/03cr08.htm
- Place of Performance
- Address: Contractor Facility
- Record
- SN00339840-W 20030606/030604213730 (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 |