Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

66 -- Confocal Imaging System

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-HA03
 
Response Due
5/18/2007
 
Archive Date
5/17/2008
 
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, N00173-07-R- HA03 , is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2007-16 and DFARS 20070327. The associated North American Industry Classification System (NAICS) code is 334516 and the small business size standard is 500. NRL has a requirement for CLIN 0001, Confocal Imaging System. This confocal imaging is of both biological and non-biological samples. Acquisition modes must include confocal fluorescence, confocal spectral imaging, reflection imaging, and differential interference contrast (DIC) imaging. A special requirement must be included such as scanning spectral detector with variable spectral channel widths (minimum 2.5 nm) for wavelengths between 400 and 750 nm. The simultaneous spectral data acquisition must be in multiple channels. The diffraction efficiency is at least 90% of emission photons. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/rfp/07ha03.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than one hundred twenty (120) days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications 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/rfp/07ha03.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, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33 and 52.247-64. 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. The following additional DFARs clauses apply: 252.225-7012, 252.225-7021, 252.227-7015, 252-227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. In addition, the following FAR and DFAR clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A, DFARS 252.211-7003, and 252.246-7003. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist, Hilda R. Abdon at (202) 767-5896 (primary) or (202) 767-0430 (alternate). In addition, proposals may be transmitted by e-mail to Hilda.abdon@nrl.navy.mil (primary) or Kevin.king@nrl.navy.mil (alternate) in either Microsoft Word or pdf format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete; original signed proposal at a later date. All EIT supplies and services provided under any resultant contract 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 concerning the RFP no later than 10 business 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: Hilda R. Abdon, Contract Specialist, Code 3220.HA. 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 See Numbered Note(s) 12.
 
Place of Performance
Address: Contractor's Facility
Zip Code: 20375-5326
Country: UNITED STATES
 
Record
SN01276230-W 20070420/070418221554 (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.