SOLICITATION NOTICE
66 -- Brand Name or Equal to Janis Research Cryostat System - SF-18 RFQ
- Notice Date
- 12/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA1341-10-RQ-0124DR
- Archive Date
- 12/5/2009
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SEE ATTACHED REQUEST FOR QUOTE SF-18 FORM COMBINED SYNOPSIS/SOLICITATION Brand Name or Equal to Janis Research Cryostat System (I) This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0124DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (IV) This procurement is a total small business set-aside. The associated NAICS code is 334515. The small business size standard is 500. (V) This combined solicitation/synopsis is for the purchase of the following commercial items: CLIN NO. 0001: BRAND NAME OR EQUAL TO: JANIS RESEARCH Model SVT-400 high efficiency optical cryostat system with sample in flowing helium vapor, in accordance with the salient characteristics, Quantity 1 each. CLIN NO. 0002: Add a pressure regulator to sample chamber pumping port, in accordance with the salient characteristics, Quantity 1 each. CLIN NO. 0003: BRAND NAME OR EQUAL TO: LakeShore Model 332S temperature controller, in accordance with the salient characteristics, Quantity 1 each. CLIN NO. 0004: Upgrade 6 windows at 0 and 180 degrees to AR-V coated (580nm) fused silica windows, in accordance with the salient characteristics, Quantity 1 each. (VI) Description of requirements is as follows: Salient Characteristics for Cryostat: 1. Optical access to the sample from four directions (viewports at least 0.5 inch diameter). 2. Anti-reflection coated optical access for 580 nm laser light from two opposite directions (R < 0.5% per surface). 3. Sample volume at least 1 inch diameter x 1 inch high cylinder 4. Temperature controller and pressure regulator for high temperature stability (+/-10 mK). 5. Tunable temperature range for the sample of 1.5 -10 K. 6. Hold time of at least 24 hours at 4 K. 7. Liquid Helium consumption rate of no more than 6 Liters/Day at 4 K. 8. Option for both liquid and vapor environments for the sample. 9. At least 6 electrical connections to accommodate additional monitoring devices at sample. 10. Low vibration environment for the sample. 11. A long hold-time mode of operation at T = 10-20 K that allows for hold times of up to 100 hours 12. All of the above features in a fully integrated system. (VII) Required delivery 120 days ARO. Delivery shall be FOB Destination. Payment Terms are Net-30. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In additions to written price quotes, offers are instructed to provide quotes and include all the evaluation criteria, see attached SF-18. (IX) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technicall Capability- capable of meeting all the salient characteristics Delivery - quote shall include delivery time Price- quote will include all pricing for all line items, including shipping. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sep 2009), applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None under this subpart apply. (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.211-6, Brand Name or Equal (Aug 1999) Department of Commerce Clause: 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing by email to the Contracting Officer. They must be received no later than 10:00 am MDT December 03, 2009. All responses to the questions will be made in writing and included in an amendment to the solicitation. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 05:00 pm MDT on December 04, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero @ Diana.Romero@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0124DR/listing.html)
- Record
- SN02013774-W 20091203/091201235508-607b99abc399f443a1dd60627aaa155b (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 |