Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

66 -- Turnkey Broadband Dielectric Spectrometer

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX11T0110
 
Response Due
6/20/2011
 
Archive Date
8/19/2011
 
Point of Contact
Phillip J. Amador, 575-678-3523
 
E-Mail Address
ACC-APG SCRT - Adelphi
(phillip.j.amador@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (i) This is a 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-11-T-0110. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (iv) The associated NAICS code is 334515. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, TURNKEY BROADBAND DIELECTRIC SPECTROMETER, ONE (1), EA CLIN 0002, SHIPPING, ONE (1), LOT (vi) Description of requirements: Broadband Dielectric Spectrometer to include temperature control with the following characteristics: Hardware: Fully functional and fully integrated system with all hardware, wiring, cables, communications, software control and analysis, sample holders, temperature control, pumps, vacuum lines, and power supplies integrated into a "turnkey" measurement system; Mounts into a rack mounted system. Temperature Control: Temperature range from -160 Celsius (C) to +400 C with 0.01 C accuracy. System requirements: Frequency range of three (3) microhertz ( Hz) to 20 megahertz (MHz) with temperature control and temperature accuracy maintained over the frequency range. Direct Current (DC) bias 40 Volt (V) / 70 milliamp (mA). High measurement rate capability of approximately 150 data points per second. Tan ( ) measurements down to 10-5. Low frequencies capability: Input impedance adjustment up to 1014 ohm ( ), with instrument settings adjusted for each data point to offer high precision for frequencies below 10 MHz. Modular structure: Modular structure to allow for future add-on units to allow for frequency and temperature control that can access three (3) gigahertz (GHz) frequency. Sample holders: Three (3) sample holders including sample cell with two (2) electrodes. Wide impedance range test interface with frequency up to 20 MHz. Sample cell for low viscosity liquids. Teflon sample cell for liquids. Software: Compatible with all analyzers and control systems for modular instrument offering flexibility. Adaptability for future programs that may require modular attachments to broaden frequency or temperature range. Allows for arbitrary measurement sequences with 4 parameters including time, DC-bias, frequency, and temperature providing experimental flexibility. Allows all typical fits: Cole-Cole, Cole-Davidson, Havriliak Negami, Vogel-Fulcher, as well as serial fits and user defined fits. Sample preparation capability: Vacuum preparation chamber for preparing bubble free polymeric films between the electrodes including: vacuum chamber with gas inlet and viewing window, heating stage with electrical heating and water cooling, vacuum pump, vacuum gauge, temperature control system, vacuum connections, and cart for sample preparation chamber. Installation: On-site installation, start up and training. Provide two manuals. (vii) Delivery is required six (6) months after receipt of order. Delivery shall be made to U.S. Army Research Laboratory (ARL), Aberdeen Proving Grounds, MD 21005. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous twenty-four (24) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 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 following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3 Gratuities, 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government, 52.203-13 Contractor Code of Business Ethics and Conduct, 52.204-7 Central Contractor Registration, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252.211-7003 Item Identification and Valuation Alternate I, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program, 252.227-7015 Technical Data - Commercial Items, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for Equitable Adjustment 2005, 252.247-7022 Representation of Extent of Transportation by Sea, 252.247-7023 Transportation of Supplies by Sea. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4407 Type of Contract; 52.004-4409 ACC-APG Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions; 52.046-4400 Government Inspection and Acceptance; ARL-40- AMC Level Protest Program; ARL-41- U.S Army RDECOM Contracting Center Website. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) The following notes apply to this announcement: ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL TO phillip.j.amador@us.army.mil by 11:59 PM EST, 15 June 2011. (xvi) Offers are due on 20 June 2011, by 11:59 PM EST, via email to phillip.j.amador@us.army.mil (xvii) For information regarding this solicitation, please contact Phillip J. Amador, 575-678-3523, phillip.j.amador@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc8fb5461c9c95a1bdd26af700c2a8b9)
 
Place of Performance
Address: ACC-APG SCRT - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02471380-W 20110615/110613234702-fc8fb5461c9c95a1bdd26af700c2a8b9 (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.