Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

66 -- Scanning Sjpectrograph System CCD Based

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0012
 
Response Due
1/4/2007
 
Archive Date
1/19/2007
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), Solicitation number FA7000-07-T-0012, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-14, effective November 22, 2006 and Class Deviation 2005-o0001. The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 500 employees. The proposed acquisition is a 100% small business set-aside and BRAND NAME OR EQUAL SPECIFICATION for a Andor Spectrograph System, Scanning, CCD Based. All responsible sources may submit a response, which if timely received, will be considered by 10MSG/LGCB. The Government does not intend to pay for any information provided under this synopsis. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. The USAF Academy has a requirement for one (1) Andor Technology Spectrograph System, Scanning, CCD Based. The following information provides the salient characteristics that will satisfy the Government?s needs: Grating Based dual Channel optical spectrograph 300-200 nm range Dual unit CCD camera 26 micron square pixel 1024 pixel wide CCD detector with 16 bit resolution PCI based interface card with 16 bit A/D PCI card must have 1 us per pixel readout rate or better Camera TE cooled to ? 100 degree C or better Camera peak QE of 94% or better Interchangeable triple grating turret installed on spectrograph USB interface available for connection to download data and spectra Must work with Windows XP system Software to acquire spectra and control camera unit Computer controlled shutter Integrated slit assemblies on both input ports Integrated filter wheel Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of business. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. Offerors must complete online Representations and Certifications through ORCA at www.bpn.gov . The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.204-7 Central Contract Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition OF Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action For Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchase; FAR 52.232-33 Pay by Electronic Funds Transfer?Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.242-15 Stop-Work Order; FAR 52.247-35. DFARS Clauses Incorporated; DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate; DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests in addition to DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: Transportation Officer 8110 Security, Door 11/12/13 USAF Academy, CO 80840 Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 90 DAYS ARO. Offers must be received NLT Noon Mountain Time 4 Jan 2007, at 10 MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be emailed or faxed to the attention of Will Schlegel, Contract Specialist, email to will.schlegel@usafa.af.mil., FAX 719-333-9103. Please contact Russell W. Jordan, Contracting Officer, by email to Russ Jordan at russ.jordan@usafa.af.mil in my absence.
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01200436-W 20061222/061220220801 (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 |
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.