SOLICITATION NOTICE
66 -- Q-SUN XENON ARC TESTER CHAMBERS
- Notice Date
- 4/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
- ZIP Code
- 00000
- Solicitation Number
- N0016710P0065
- Point of Contact
- Hugh Harrison 301-227-1123
- E-Mail Address
-
point of contact
(hugh.harrison@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items, as supplemented with additional information included in this notice. Solicitation number N00167-10-T-0065 applies and is hereby issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation and quotes/proposals are being requested. The applicable North American Industry Classification System (NAICS) Code is 334516- size standard is 500 employees. Award will be all or none. A firm-fixed price contract is anticipated following Simplified Acquisition Procedures. The requirement as follows: CLIN-0001- Quantity-- (1) each; Item Description: - Q-SUN XENON ARC TESTER CHAMBER,PART NUMBER -- XE-3-HS,(BRAND NAME OR EQUAL) (Note: To be considered an equal for CLIN-0001 / Xe-3-HS, an offer must meet or exceed all of the salient characteristics the exception of numbers 1, 2, 3, and 13); CLIN -0002- Quantity-- (1) each; Item Description: - Q-SUN XENON ARC TESTER CHAMBER,PART NUMBER --XE-3-HBS-DS/C, (BRAND NAME OR EQUAL) (Note: To be considered an equal for CLIN-0002 / Xe-3-HBS/DS/C, an offer must meet or exceed all of the salient characteristics); CLIN -0003- Quantity-- (1) each; Item Description: DAYLIGHT-Q FILTER,PART NUMBER --X-7460; CLIN -0004- Quantity-- (1) each; Item Description: - CALIBRATION RADIOMETER,PART NUMBER -- CR-20/340/D; CLIN -0005- Quantity-- (1) each; Item Description: - BLACK PANEL CALIBRATION THERMOMETER, PART NUMBER --CT-202/BP; CLIN -0006- Quantity-- (1) each; Item Description: - REPLACEMENT XENON ARC LAMPS,PART NUMBER --X-1800; CLIN -0006- Quantity-- (1) each; Item Description: - Q-SUN ESSENTIAL COURSE; *****SALIENT CHARACTERISTICS*****FOR CLIN-0001 AND CLIN-0002 as follows:1> Tester must meet conditions of test method SAE J2527. (Specimen back spray); 2> Tester must meet conditions of test method ASTM D7656. (Secondary acid solution spray); 3> Test must be able to maintain chamber air temperature of 35C - 65C during light cycles and;25C - 50C during dark cycles. (Chiller required); 4> Continuous display of test parameters; 5> Utility requirements of electrical and purified water only. No compressed air supply; 6> Irradiance Calibration: Hand held calibration radiometer with automatic update to controller. No manual data inputs to tester during calibration. ; 7> PC not required to collect data;8>Irradiance calibrations performed without installing reference lamp or changing test program parameters; 9> Calibration of radiometer must have traceability to NIST and calibration lab must have A2LA / ISO 127025 accreditation; 10> Optical filters that do not degrade from light energy or contact with water; 11> Lamp changes can be performed without handling optical filter(s); 12> Foot print of equipment ! can not exceed, 40"D X 38"W; 13> Foot print of Chiller unit can not exceed 40"D X 38"W. ***END*** Delivery is required 30 days ARO. Fob Destination. Final inspection and acceptance will be at: Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 and DCN 20100408. The following clauses and provisions apply:52.204-7,Central Contractor Registration (Apr 2008);52.211-6, Brand Name or Equal (Aug 1999);52.211-14,Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use(APR 2008){DO};52.211-15, Defense Priority and Allocation Requirement (Apr 2008) 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009); 52.247-34, F.o.b. Destination (Nov 1991);52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998);52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2009) {incorporating the following clauses: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)52.219-28, Post Award Small Business Program Rerepresentation (APR 2009); 52.222-3, Convict Labor (JUNE 2003); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003);52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)} 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009){incorporating the following clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009);252.203-7002, Requirements to Inform Employees of Whistleblower Rights(JAN 2009); 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009);252.227-7015, Technical Data--Commercial Items (NOV 1995);252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)} 52.212-1, Instructions to Offerors-Commercial Items(June 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) (ALT III) (CONTRACTOR FILL-IN REQUIRED); Clauses and provisions may be accessed through the following websites: FAR clauses - http://farsite.hill.af.mil/VFFARA.HTM; and DFARS clauses -http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. SUBMISSION OF OFFERS: Offers must be submitted directly to the Government point of contact at the following email address hugh.harrison@navy.mil. All responses must be received no later than April 29, 2010,5:00pm.,Eastern Time. Offers may be submitted on a Standard Form 1449 or company letterhead stationery, or as otherwise specified in the solicitation. To be considered for award an offer must include each of the following items below. (1) The solicitation number. (2) The time specified in the solicitation for receipt of offers. (3) Company name, address, and telephone number. (4) Active CCR registration CAGE and DUNS number. (5) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (6) Terms of any express warranty. (7) Price and any discount terms. (8) Delivery date ARO. (9) A completed copy of the representations and certifications at FAR 52.212-3(ALT III) OR a statement that required representations and certifications are on file with the ORCA -Online Representations and Certifications Application internet website, https://orca.bpn.gov.(10) Acknowledgment of Solicitation Amendments. (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.//All contractors and individuals doing business with the Federal Government must be registered at the Contractor Central Registration Database (CCR) to be considered! for award. Information on registration and annual confirmation requirements via the Internet at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N0016710P0065/listing.html)
- Record
- SN02130188-W 20100424/100422235531-d878d29978d6c7f8b8d4daaa89e47b4b (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 |