SOLICITATION NOTICE
66 -- Electrical and Electronic Properties Measuring & Test Instruments
- Notice Date
- 5/11/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017807Q3019
- Response Due
- 5/18/2007
- Archive Date
- 7/2/2007
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures in accordance with FAR 13, 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. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to solicit Sintec Corporation, 5950 Shiloh Road East, Suite S, Alpharetta, GA 30005-1764, on a sole source basis, for the following items: 1 EACH, Scintillometer - P/N BLSCOM-900, Large Aperture, 500m to 5Km range (and includes: Transmitter, Receiver, Positioning Device, Processing Unit, BLSRUN Software and Manual). In addition, the following minimum salient characteristics are required: 1) ability to determine the atmospheric turbulence structure constant (Cn2), heat flux and crosswind over ranges up to 4km; 2) path length from receiver to transmitter must be user selectable; 3) ability to determine Cn2 over the range from 10 to -11 power to 10 to -17 power; 4) minimum range for proper operation should be no more than 500m; 5) ability to be quickly mounted and calibrated (less than 15 minutes), and easily moved by use of a tripod or similar mounting stand; 6) must be easily transportable to a variety of locations; 7) both the transmit and receive units should weigh less than 25 lbs each (not including stands/tripo ds, etc.), to allow easy relocation and adjustment; 8) ability to inte rface with and pass data to a Windows-based PC, through a standard interface such as RS-232, USB, etc.; 9) ability to locally store data for a minimum of 14 days; 10) must utilize an eye-safe transmitter; 11) must be weather resistant (able to withstand typical environmental conditions including rain and snow); 12) should display low sensitivity to minor transmitter vibrations; and 13) equipment should be deliverable within 60 days after receipt of order, to be able to support FY07 field testing. 2 EACH ? Instrumentation Tripod, P/N SLSTRP-018, for mounting BLSCOM-900 Scintillometer, and 1 EACH ? Aluminum Transport Case for Scintillometer, BLSCOM-900, with Proper Secure Protection. The NAICS Code is 334516 and has a small business size of 500. The FSC Code is 6625. Interested parties other than Scintec Corporation must be able to demonstrate, in writing, their capability to provide a brand equal scintillometer that meets the above minimum specifications/characteristics. Provide an estimated delivery date or lead time on the quote (how many days, weeks, etc). The order shall be a firm-fixed price purchase order. Pricing will be FOB Destination to the Naval Surface Warfare Center, Dahlgren, Virginia. Therefore, the quote must include all applicable shipping charges. Award will be made under Simplified Acquisition Procedures (FAR 13). PROVISIONS/CLAUSES. The combined synopsis/solicitation incorporates, by reference, Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFAR) provisions and clauses as follows: FAR 52.212-1 Instructions to Offeror ? Commercial Items; FAR 52.212-2 Evaluation ? Commercial Items. Factors used to evaluate offers are: (1) technical capability to meet the Government requirement and (2) price. A best value award will be made to the responsible offeror with the lowest price, technically acceptable offer.; FAR 52.212-3 Offeror Representations and Certifications ? Comm ercial Items; FAR 52.212-1 Instructions to Offerors ? Commercial Items . The purchase order will include a clause prohibiting employment of any active-duty U.S. Government military or civilian personnel without prior written approval of the Contracting Officer as well as FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (with selection of elements as required by FAR prescription); DFAR 252.212-7000 Offeror Representations and Certifications ? Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial items (with selection of elements as required by DFAR prescription.) The FAR and DFAR provisions and clauses referenced by this synopsis/solicitation can be found in full text at http://www.farsite.hill.af.mil. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisit ion Circular 2005-16 effective 22 Mar 2007 and Class Deviation 2005-o0001. AWARD: Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror?s quotation for this requirement. In order to be eligible for award firms must be registered in the Central Contractor Registration (CCR). Vendors may obtain information on registration in the CCR on the Internet at http://www.ccr.gov. The quotation number is N00178-07-Q-3019. Inquiries shall be directed to XDS137 at (540) 653-8871 or FAX (540) 653-6810. The closing date is 18 May 2007 at 2 PM EDT. Offers may be submitted via e-mail in Microsoft Word format to DLGR_NSWC_XDS13@navy.mil, or via FAX at (540) 653-6810, Attn: XDS13-7. Reference Request for Quote Number N00178-07-Q-3019 on all correspondence. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory, Procurement Division has implemented electronic Commerce (EC) in the acquisition are a; therefore, this synopsis will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/Supply.
- Record
- SN01293202-W 20070513/070511221650 (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 |