SOLICITATION NOTICE
66 -- Digital 3D Optical Microscope
- Notice Date
- 5/21/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-08-R-SC06
- Point of Contact
- Christy Mitchell,, Phone: 202-767-0397, F. Janilea Bays,, Phone: 202-767-2974
- E-Mail Address
-
christy.mitchell@nrl.navy.mil, jan.bays@nrl.navy.mil
- Small Business Set-Aside
- N/A
- 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, N00173-08-R-SC06 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-24 and DFARS Change Notice 20080331. The associated small business size standard is 500 employees. The Naval Research Laboratory (NRL) has a requirement for a Digital 3D Optical Microscope in accordance with the specifications. The requirements for this acquisition shall include: CLIN 0001-Non contact optical profiler (1 ea), CLIN 0002-Graphical Software package (1 ea), CLIN 0003-Training (1 lot), CLIN 0004-Manuals for hardware and all analysis software (1 lot), Option 1 CLIN 0005-Calibration standards for lateral and height measurements (1 set), Option 2 CLIN 0006-Vacuum plate (1 ea), Option 3 CLIN 0007-Color printer (1 ea), Option 4 CLIN 0008-Table for microscope (1 ea), Option 5 CLIN 0009-Higher magnification objective lens will also be considered (1 ea), Option 6 CLIN 0010-Advanced analysis software choices (1 set), Option 7 CLIN 0011-Second user license for data analysis software (1 ea). The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/RFP/08sc06.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 180 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 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: (1) Technical Merit: The technical capability of the offeror to meet the requirement of the Government (2) Price and (3) Past Performance: Past performance will be evaluated on the basis of the quality of the work performed or supplies delivered and timeliness of performance or delivery. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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: 52.230-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.232-29, 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, 52.203-3,252.225-7001, 252.225-7012, 252.225-7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, and 252.247-7023.The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-0430 (primary) or (202) 767--5896 (alternate). In addition, proposals may be transmitted by e-mail to Christy.Mitchell@nrl.navy.mil (primary) or Jan.Bays@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 two (2) business days before the response date of this solicitation. An original and 1 copy 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: Christy Mitchell, Code 3220.SC. 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
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e86ede2fd4a5f54fb5e5a37ce1967e8&tab=core&_cview=1)
- Place of Performance
- Address: Naval Research Laboratory, 4555 Overlook Avenue S.W., Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN01578535-W 20080523/080521221044-4e86ede2fd4a5f54fb5e5a37ce1967e8 (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 |