Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Metallographic Analysis System

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Procurement Section, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-LDQ0249305
 
Response Due
8/2/2007
 
Archive Date
8/17/2007
 
Description
This combination synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement requests a detailed technical quote in addition to a price quote and constitutes the only solicitation; a paper solicitation will not be issued. Request for Quotation (RFQ) Number LDQ0249305 shall be referenced on any technical quote and price quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-18 for full and open competition (this competition is unrestricted). All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Federal Bureau of Investigations (FBI) intends to award a single Firm Fixed-Price Purchase Order for the acquisition of One (1) Metallographic Analysis System. The system shall include an Inverted Metallographic Microscope and an Image Analysis System. The microscope shall permit the investigation of the internal structure of metallic materials and allow analyses of composition, processing, service history, and mechanical properties of metal objects. Inverted Metallographic Microscope Technical Specifications: Superwidefield binocular optics (eyepieces must accommodate interpupillary distance adjustment of less than 60mm to greater than 70mm); Stage with tear drop and circular inserts; Brightfield/Darkfield capabilities (mirrors); Filter slider and filters: (i) Daylight (light balancing); (ii) Green (550nm); Nomarski equipped; Polarizing equipped; Differential interference contrast (DIC) adaptable; Semi Apochromatic objective lenses of 5X, 10X, 20X, 50X, and 100X; Illumination system (lamp and housing). Image Acquisition System Technical Specifications: Digital color camera and connectors; Image analysis software with the following standard features: (i) Image acquisition, display and enhancement (including, but not limited to, rotation of image and conversion to gray scale); (ii) Structured archiving database; (iii) Report generator; (iv) Interactive image measurement; (v) Extended focal imaging (forming a single focused image from several images); (vi) Multiple image alignment (e.g. creation of montage displays); (vii) Phase analysis (e.g. determination of percentage area of a phase present by color or contrast). Offeror shall specifically identify by name the software to be utilized. In addition the offer shall identify the portion of software that performs Phase Analysis. The software shall allow for the analysis of features observed on the microscope in real time, and provides EFI (extended focal imaging) allowing extended focal depth. Installation Location: FBI Academy Complex, Laboratory Building, Quantico, Virginia 22135. On-site Training: Post-installation training on-site to cover image acquisition and analysis software: One (1) day. Pricing shall include training (including travel if required), delivery, and installation. The Standard Commercial Warranty is one (1) year. The following evaluation factors in descending of order will be used to evaluate offers: (1) technical acceptability/capability and (2) price. This evaluation shall be based on information provided by the contractor. The Government is not responsible for locating or securing any information, which is not identified in the quotation, but may do so at its discretion. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. Capabilities Statements that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (SEP 2006); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, user training, past performance, and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary, with offerors making the competitive range (i.e., the most highly rated proposals, unless the range is further reduced for the purposes of efficiency). FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (NOV 2006) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2007); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2007) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. In addition, the following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items (2002) with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991), 52.211-6. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor shall agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. SECURITY REQUIREMENTS - Upon award of the contract, the contractor, primary subcontractor(s), key supervisory personnel, and/or any other contract individuals designated by the FBI, who require access to any FBI information, facility, or property, must accurately complete Standard Form SF-86, Questionnaire for National Security Positions, (Revision 9/95) and two copies of Form FD-258 (fingerprint card). All other contract individuals must furnish requested biographical information to appropriate FBI personnel and accurately complete FD-816, "Background Data Information Form," Form FD-484 (Privacy Act Acknowledgement), and two copies of Form FD-258 (fingerprint card). These forms and information are to be completed and furnished to the FBI at least 25 workdays prior to the arrival of contract individual to the site of the work under the contract. It is the responsibility of the contractor to ensure all contractor personnel are in full compliance with applicable Immigration and Naturalization Service, U.S. Department of Justice, Employment Eligibility Verification requirements, such as those set forth in Title 8, U.S. Code, and Section 274a. A background investigation, the scope of which will be at the discretion of the FBI, will be conducted on these individuals. At the discretion of the FBI, contract individuals may also be interviewed by the FBI (or FBI contract investigators) regarding foreign travel, associates, residences, or other matters of concern to the FBI in deciding whether to grant access to its information, facilities, or property, and may be requested to undergo a polygraph examination to fully resolve any security concerns. Refusal or failure to accurately complete the forms, to be interviewed, or to undergo a polygraph examination to resolve any questionable matters will be deemed reasonable cause for denial of access to FBI information, facilities, or property. Lack of candor may also be a strong factor for denial of access. Access to FBI information, facilities, or property will be granted only where such access is clearly consistent with the mission and responsibilities of the FBI. If for any reason a contract individual is denied access to any FBI information, facility, or property, the FBI will not disclose to the contractor the reason for denial and will only make such disclosure to the affected contractor employee pursuant to the provisions of the Freedom of Information or Privacy Acts. The FBI will not be liable for any expense in the replacement of the individual or any costs incurred by the contractor as a result of such denial. It is the policy of the FBI that these individuals already be employed by the contracting organization/individual (i.e., that the individual's employment not hinge upon an access or security clearance determination by the FBI) and the FBI will assume no liability between the contracting organization and its employees as a result of this procedure. The FBI reserves the right to revoke any contract individual's access to its information, facilities, or property where such access is no longer clearly consistent with the FBI's mission and responsibilities, and the contractor agrees to immediately remove that individual from the work-site under such circumstances. In cases of access revocation, the FBI will inform the individual of the basis for the revocation, unless to do so would reveal classified or sensitive information, and give the individual an opportunity to explain, rebut, or refute such basis in writing. Access will remain revoked pending prompt review of any such submission by the individual. The FBI reserves the right to reinvestigate contract individuals on a periodic basis (usually every five years) or where facts or information indicate the continued access may no longer be clearly consistent with the FBI's mission and responsibilities. The scope of any reinvestigation will be at the sole discretion of the FBI. Refusal or failure to accurately complete any necessary forms, to be interviewed, or to undergo a polygraph examination to resolve any questionable matters during a reinvestigation will be deemed reasonable cause for revocation of access to FBI facilities, information, or property. Appropriate badges may be furnished by the FBI authorizing escorted or unescorted access to FBI facilities and property. The badge, if furnished, will be kept at a location to be determined by the FBI and shall be picked up by the contract individual granted access upon arrival at FBI premises. Consistent with life/safety factors, it shall be worn at all times on the upper part of the body so as to be clearly visible and will be returned to the FBI whenever the wearer leaves FBI premises for any reason or any length of time. The FBI may require all contract and subcontract individuals to execute a security awareness briefing form, FD-835, Security Acknowledgement Form. The Government will not pay for any information received. All quotes from responsible sources will be considered. Quotes shall be accepted by e-mail only. Quotes shall be e-mailed to Bryan.Lane@ic.fbi.gov no later than 9:00 AM EST, August 2, 2007. No other methods of submission will be accepted. Telephone inquiries will not be accepted. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a) and must be registered in the Central Contractor Registration Database (http://www.ccr.gov). An award is anticipated within one (1) week after closing.
 
Place of Performance
Address: FBI ACADEMY COMPLEX, LABORATORY BUILDING, QUANTICO, VIRGINIA
Zip Code: 22135
Country: UNITED STATES
 
Record
SN01345331-W 20070720/070718220758 (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.