SOLICITATION NOTICE
66 -- Raman Microscope
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AB000068A002
- Archive Date
- 4/14/2010
- Point of Contact
- Brett O. Barnes, Phone: 8502838635, Leslie Richardson, Phone: 850-283-8630
- E-Mail Address
-
brett.barnes@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(brett.barnes@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subparts 13.302, 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 reference number is F4AB000068A002 and is being issued as a Requst for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. The North American Industry Classification System (NAICS) code is 334516. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant contract. DESCRIPTION: CLIN 0001: UV-Optimized Raman Microscope System (see specifications below) CLIN 0002: Computer controlled heating and cooling stage for catalysis experiments CLIN 0003: Packing Handling and Freight. SPECIFICATIONS: 1. The system shall be a confocal Raman microscope system optimized for ultra-violet (UV) through near infra-red (NIR) incidence lasers. The system shall be capable of interfacing with optional FT-IR attachment and/or atomic force microscope interface module. The system must have a spectral resolution of at least 0.6 cm-1. 2. The system shall be capable of allowing for at least three lasers ranging from 200-1100 nm in wavelength with high resolution. Three lasers shall be equipped on the system having the following output wavelengths: 325, 633, and 785 nm. The system shall allow for automated switching between at least two of the lasers. Appropriate filters and optics for each of these lasers will be included as well as being designed so that all three lasers can be used without change of optics or achromatic aberrations. Holographic blazed grating will be included for use with the 785 nm laser. A Rayleigh filter will be included for use with the 325 nm laser for measurements above 200 cm-1. 3. The system shall incorporate at least a 1-inch cooled CCD detector chip capable of covering the range 200 - 1000nm with a quantum efficiency of >30% at 325 nm and >45% at 633 and 785 nm. 4. The system shall be equipped with a secondary laser entrance to allow for optional lasers. 5. The system must include two achromatic objectives with one being at least 100X and a near UV, 40X objective to be used with the 325 nm laser. 6. The system shall include an environmental stage. This stage will allow for controlled heating up to 1000 C and will allow for the introduction of gases into a closed cell. 7. The system shall include a motorized XY mapping stage that is computer controlled. The step size of the mapping stage will be 100 nm. 8. The system shall include a Z motor that controls the distance between the sample and the objective. This motor will be controlled by the computer and/or a joystick. 9. The system shall be provided with a computer and software for data collection, analysis and reporting. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered that meets the Government requirement. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Cost Technical evaluation factors when combined, will be significantly more important cost. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their service. Quotes must be delivered electronically to the following addresses: brett.barens@tyndall.af.mil and leslie.richardson@tyndall.af.mil. Prospective offers are due no later than 0900 CST, 30 March 2010. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation-Commercial Items 52.212-3 Alt 1 - Offeror Representations & Certifications - Commercial Items 52.212-4 - Contract Terms & Conditions - Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-50 - Combat Trafficking Persons 52.232-33 - Payment by Electronic Funds Transfer - CCR 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations In Clauses 252.212-7000 - Offeror representations and certifications - Commercial items 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7012 - Preference for Certain Domestic Commodities 252.225-7015 - Restriction on Acquisition of Hand Or measuring Tools 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7010 - Levies on Contract Payments 5352.201-9101 - Ombudsman
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB000068A002/listing.html)
- Place of Performance
- Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02099526-W 20100325/100323235012-33259ee5d0ef55065f9311b286f7de17 (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 |