SOLICITATION NOTICE
66 -- Optical Fiber Processor
- Notice Date
- 2/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- 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
- N00173-06-R-DB01
- Response Due
- 3/13/2006
- Archive Date
- 2/21/2007
- 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, N00173-06-R-DB01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-08 and DFARS Change Notice 20051220. The associated small business size standard is 334516 and 500 employees. CLIN 0001, OPTICAL FIBER PROCESSOR with the following specifications: 1. All digital controls contained in a 55 W x 32 D x 80 inches H dual electrical cabinet to the following axes: (a) Preform down feed unit at 0 to 10 mm/min range with a tolerance of plus or minus 0.5 percent from set point with fast traverse up to 500 mm/min.; (b) Preform rotation 0 to 10 rpm; (c) Preform X-Y positioner with both manual and automatic controls at maximum traverse of plus or minus 12.5 mm from center line of spline with a tolerance of 0.04 mm and speed range of 0 to 50 mm per min; (d) Capstan/puller unit; 0 to 60 m per min range (e) Drum winder/Spooler unit at 0 to 60 m per min range rotation with tolerance within plus or minus 0.5 percent from set point; reversing traverse speed range of 0.25 to 3.5 mm per drum revolution; reversing jog traverse speed at 300 cm/min; control tension regulated from 2 to 20 grams; (f) Optical dancer , and (g) Tension unit regulated from 0 to 300 grams. 2. AC Digital Motors motors at 2000 rpm maximum range geared down to slower speeds to a tolerance of 0.01 percent from set point as required and providing accurate controllers as specified above for the following functions: (a) Preform feed unit; (b) Capstan/puller unit; (c) Drum rotation, and (d) Drum traverse. 3. Dedicated 12 inch programmable touch screen color module for process data input and operator control including a manual push button override panel. 4. Remote 6 inch programmable color touch screen in a console approx. 8 x 8 x 8 inches at the perform feed unit. 5. Space provision in the dual electrical cabinet for Anritsu diameter gauge and tension gauge. Main power to the cabinet to be 240 Volts, 30 A; 1-phase, 60 Hz split into 110 volts inside. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. The contractor shall deliver the spectrometer no later than one hundred eighty (180) days after contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government reserves the right to make award to other than the low offeror. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. 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: (i) Technical capability of the item offered to meet the Government?s requirement; (ii) Past Performance; and (iii) Price. Technical capability and Past Performance, when combined, are more important than 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 identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/repsandcerts.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, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. 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, 252.225-7012, 252.225-7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024 The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A. and 252.211-7003 - Item Identification And Valuation (APR 2005) The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and two 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Place of Performance
- Address: Naval Research Laboratory, Washington, DC
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN00992735-W 20060224/060222212845 (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 |