SOLICITATION NOTICE
66 -- Optical Disk Laboratory Equipment
- Notice Date
- 6/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL0316304305
- Response Due
- 7/15/2005
- Archive Date
- 8/30/2005
- Description
- This is a combined synopsis/solicitation, Solicitation INL0316 304305, from which the Government intends to award a firm, fixed price contract for the purchase, delivery, installation of and training for an optical microscope system for the examination and comparative study of tool marks on the surface of optical discs. The Optical Disk Laboratory Equipment will be delivered FOB Destination to the U.S. Embassy Bangkok, Thailand. Offers must state the standard warranty provisions and warranty must remain in effect at the final destination, Thailand. A minimum warranty of one year for the equipment is required. The offer must clearly state the delivery period (lead time) for the whole system. In-country servicing and technical support must be available. Offers may be submitted by fax at (202) 776-8686 or email to RocksSM@state.gov. Questions regarding this solicitation should be directed to Sonja Rocks by email at RocksSM@state.gov. This solicitation closes at 4:00 PM ET, July 15, 2005. All offers must be received by the closing date and time. Late offers willl not be considered. OVERVIEW: A technical solution is sought for the examination and comparative study of tool marks on the surface of optical discs. Optical discs are manufactured via a molding process, and as such will bear on their surface marks that are copied from the mold's inner surface. The comparison of such tool marks (typically ranging from a few microns to a few hundred microns in size) makes possible to establish whether different optical discs have been manufactured on the same mold. The envisaged system will include a reflected light microscope with polarizing and DIC capabilities. The microscope should be equipped with a digital camera which will be connected to a PC in a way that will allow both real-time viewing and the acquisition and storage of high quality photomicrographs. Provision for software that will also cater for archiving/databasing of the photographs and other pertinent examination information should be made. The discs should be examined on a motorized x-theta stage. Offers should include provision of on-site training and after-sales-service facilities. Offers must include information on past performance of similar Government contracts which included technical support outside the U.S. For past performance information, Offers must provide the Contracting point of contact, telephone number, and name of the Federal Government organization for previous similar contracts. Details of the items required are as follows: 0001 MICROSCOPE / STAGE Reflected light upright microscope for bright field microscopy compatible with DIC (Differential Interference Contrast) microscopy. Tilting trinocular head to accommodate a camera, 10x super wide field eyepiece, erect image, FN 26.5. C-mount adaptor for the camera. Motorized nose-piece with a minimum of 5 positions. A minimum of 4 long working distance objective lenses compatible with DIC microscopy, of between 1.25x - 50x magnification at least (must include 5x, 10x and 20x). Polarizing facilities: polarizer, analyzer. DIC slider. Motorised x-theta stage, preferably with a centering piece for optical discs; motorized z-axis optional. 0002 CAMERA / SOFTWARE Color CCD camera of a minimum of 3.3 megapixels, 12 bits per channel. Imaging software to allow operation of external devices, real-time image acquisition, interactive measurements, structured archiving and flexible report generation (must be compatible with Windows 2000/XP). 0003 PC Minimum requirements: Pentium 4, 512MB RAM, 80GB HDD, DVD+/-R re-writer drive, floppy disk drive, 64MB graphics card, 17" TFT color monitor, 4 USB2.0 ports, internal modem 56K, 10/100 Ethernet port, Windows xp OS. 0004 PHOTO-QUALITY COLOR PRINTER. 0005 TRAINING. 0006 SERVICING AND TECHNICAL SUPPORT. DELIVERY TERMS AND CONDITIONS: Delivery will be made to Narcotics Affairs Section American Embassy 120-122 Wireless Road Pathumwan District Bangkok 10330, Thailand Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to OCONUS destination in Thailand without repacking or incurring damage during shipment and handling. The latest acceptable delivery schedule is September 1, 2005 with installation completed no later than October 1, 2005. Delivery by September 1, 2005 must include delivery to the destination with all appropriate documentation and customs clearance completed and equipment ready for installation. The contractor will be responsible for all taxes, duties and customs clearance requirements. The desired delivery schedule is August 1, 2005 with installation completed by September 1, 2005. EVALUATION AND AWARD: Offers will be evaluated on the product technical capabilities including technical support availability and service in-country and the delivery schedule. Award will be made to the the offer whose technical proposal is rated the highest and delivery schedule is most favorable based on the desired and latest delivery schedule provided above. Price is significantly less important than technical capability and delivery schedule factors. If proposals are judged equal in technical and delivery schedule, then award will be made to the lowest priced offer. APPLICABLE PROVISIONS AND CLAUSES: The successful offeror must register in the U.S. Government?s Central Contractor Registration (CCR). The website to register is www.ccr.gov. The following Provisions and Clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 (checked clauses under FAR 52.212-5(a)(1) are 52.203-6 and 52.225-13), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. No additional FAR clauses apply. Each offeror must complete and submit with the offer a signed and dated Standard Form 1449 Solicitation/Contract/Order for Commercial Items (complete blocks 17a, 19 - 24, 30 a - 30c) and the clause FAR 52.212-3. FAR clauses and SF 1449 are available online at http://www.arnet.gov/far/. The Addendum provision DOSAR 652.225-70, ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) applies to this procurement and is provided in full text below: 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (END OF PROVISION)
- Place of Performance
- Address: Bangkok
- Zip Code: 10330
- Country: Thailand
- Zip Code: 10330
- Record
- SN00837762-W 20050630/050628211841 (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 |