Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

59 -- LASER TRACKER WITH RETRO-PROBE

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN166
 
Response Due
9/2/2009
 
Archive Date
9/17/2009
 
Point of Contact
Joseph Schwarz 757-396-8360 Nancy HaydenNancy.Hayden@navy.mil757-396-8007
 
E-Mail Address
Joseph Schwarz
(joseph.schwarz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil). The RFQ number is N00189-09-T-N166. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and class deviation DFAR Change Notice 2007-0729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 332999 and the Small Business Standard is 500. The FISC Norfolk, NNSY Maritime Industrial Division, Contracting Department requests responses from qualified sources capable of providing: Item 0001) LASER TRACKER WITH RETRO-PROBE Qty (1) each includes the following specifications: THIS PURCHASE DESCRIPTION REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1.Scope: This specification covers the requirements for a laser tracker, and a retro-probe for measuring hidden geometry. 2.Equipment Description: The laser tracker and retro-probe shall possess the following salient characteristics / capabilities:2.1.Laser Tracker2.1.1.Capable of 3D measurement:2.1.1.1.at a range of at least 130', in any direction horizontally, and in any direction vertically from 80 above horizontal to 60 below horizontal2.1.1.2.capable of employing spherically mounted retro-reflector (SMR) and retro-probe, one at a time2.1.1.3.with an absolute accuracy of 5ppm, and 0.001" at 16'2.1.2.Capable of operating in an environment ranging at least:2.1.2.1.15F to 110F2.1.2.2.relative humidity up to 95% non-condensing2.1.2.3.barometric pressure of 775 to 1065 millibars2.1.3.Equipped with an on-board weather station to automatically compensate for effects of humidity and temperature2.1.4.Employing only "eye-safe" rated laser(s)2.1.5.Having a tracker head with physical size and weight not exceeding 7-1/2"W x 7-1/2"L x 14-1/4"H and 20lbs.2.1.6.Having an internal level with an accuracy not to exceed 2 arc-seconds2.1.7.Having sealed construction to prevent internal contamination of dirt, dust, and oil found in industrial environments2.1.8.Having construction providing shielding against electrical noise found in industrial environments2.1.9.Provided with electronic controller, and laptop PC, and any other electronic gear necessary for basic operation including cables and software2.1.10.Capable of operation and data capture via Spatial Analyzer software from New River Kinematics2.2.Retro-probe2.2.1.Having a probe stylus approximately 4" in length2.2.2.Allowing a reach of approximately 8" from a line-of-sight beam from the tracker head to geometric features hidden from a line-of-sight to the tracker head2.2.3.Capable of pitch, yaw, and roll angles of 352.2.4.With a range not less than 80'2.2.5.With an absolute accuracy not to exceed 0.004" or 10ppm2.3.Accessories2.3.1.Hard shell carrying case for the tracker head and controller2.3.2.Copy of software, parameters, and operating manual on CD or DVD2.3.3.Printed user manual2.3.4.Calibration certificate2.3.5.Light weight portable instrument stand, at least 40" tall, with carrying case2.3.6.One 1.5" diameter non-breakable SMR, for use at ranges of at least 130', with 0.0005" centering accuracy and 50 in roundness2.3.7.One 0.5" diameter non-breakable SMR, for use at ranges of at least 130', with 0.0005" centering accuracy and 50 in roundness2.3.8.One calibration tripod for adjustable placement of SMR during automated compensation of instrument(s)2.3.9.Six SMR drift nests2.3.10.Two shank-less sphere mounts2.3.11.One SMR edge tool2.3.12.Two 1.5" SMR pin nests with 1/4" pin and 1.000" offset2.3.13.One 1.5" SMR pin nest with 3/8" pin and 1.000" offset2.3.14.One 1.5" SMR pin nest with 1/2" pin and 1.000" offset2.3.15.One construction ball2.3.16.One hard point adapter2.3.17.One sphere adapter2.3.18.One stainless steel extension bar, approximately 5" long, for measuring hidden points2.3.19.One stainless steel extension bar, approximately 10" long, for measuring hidden points2.3.20.Carrying case for items 2.3.9 through 2.3.192.3.21.Calibrated scale bar constructed of carbon fiber or invar, approximately 30" long, with a base support, carrying case, and calibration certificate3.TrainingTraining for ten full eight hour working days at customer site in Portsmouth, VA. The training shall cover all aspects of operation and care of the laser tracker, retro-probe, and measurement software. The ten days will not be contiguous. Travel and living expenses must be included. The instructor is required to be a US citizen, capable of gaining security access to Norfolk Naval Shipyard.4.Quality Assurance ProvisionsInspection of the equipment, its parts and components, shall be performed at destination by Code 981 and shall consist of type and kind; quantity; condition and operability, if readily determinable.The point of contact at NNSY is Mr. Mitch Vickers, Code 981, Telephone (757) 396-5763, FAX (757) 396-2922, E-mail: mitchell.vickers@navy.mil. 5.Preservation, Packaging, and PackingThe equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited. Specific approval is required from C137 IAW NAVSHIPYDNORINST P4120.4G for use within the METCAL program. The API LTS3000 and Intelliprobe are approved. NNSY C981.35 Mitchell Vickers requests review prior to award for models other than the API LTS3000 and Intelliprobe. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, 5252.213-9402 ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 12:30 pm ET local time on 02 SEPTEMBER 2009. Oral communications are not acceptable in response to this notice. EMAIL quotes to: JOSEPH.SCHWARZ@navy.mil, Nancy.Hayden@navy.mil or fax to: 757-396-8368. TELEPHONE REQUESTS WILL NOT BE HONORED. IMPORTANT NOTE: ALL OFFERS MUST BE ACCOMPANIED BY MANUFACTURER'S LITERATURE, SPECIFICATIONS ETC, SUFFICIENT IN DETAIL FOR A COMPLETE TECHNICAL EVALUATION OF THE ITEM(S) OFFERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/321ea36e7d62079c0730082d6dd59ee9)
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARDBUILDING 29-2, CODE 282, PORTSMOUTH, VA
Zip Code: 23709
 
Record
SN01926314-W 20090827/090826001645-321ea36e7d62079c0730082d6dd59ee9 (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.