Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
MODIFICATION

66 -- Velocity Interferometer System for Any Reflector (VISAR)

Notice Date
7/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX14T0131
 
Response Due
8/31/2015
 
Archive Date
9/30/2015
 
Point of Contact
Fatimata Diallo, 301-394-5501
 
E-Mail Address
ACC-APG - Adelphi
(fatimata.diallo.civ@mail.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. COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Velocity Interferometer System for Any Reflector (VISAR) 4. Solicitation Number: W911QX-14-T-0131 5. Set-Aside Code: N/A 6. Response Date: 31 August 2014 7. Place of Delivery/Performance: US Army Contracting Command - APG Adelphi Contracting Division Aberdeen Proving Ground (APG) Aberdeen, MD 21001 USA 8.(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-14-T-0131. 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 2005-74, 1 July 2014. (iv) The associated NAICS code is 334516. The small business size standard is 500 employees. (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: One (1) VISAR System, in accordance with the salient characteristics below. (vi) Description of requirements: Salient Characteristics The contractor shall provide one (1) VISAR that meets the following minimum requirements: 1.Ability to measure velocity of laser-driven flyer plates with a range of velocities from 1 kilometer per second per fringe (km/s/Fr) to 10 km/s/Fr 2.Precision calibrated etalon spacers with velocity-per-fringe constants provided 3.All required alignment tools and equipment provided (including alignment oscilloscope) 4.Photomultipliers with 1.0 nanosecond (ns) rise time or better 5.Fiber optic probes with the ability to be focused to a 250 micrometer ( m) spot size 6.Fiber optic probes with the ability to be focused to a 100 m spot size 7.Magnifying periscope viewer with XYZ positioner and neutral density filters used for alignment of fiber optic probe on micron-sized flyer plate. 8.Harness for connecting streak camera 9.Popper gun for testing system performance and alignment 10.Etalons for measuring lower velocity events (100 to 1,850 meters per second per fringe (m/s/Fr)) 11.Modular design with option to expand to multi-beam probe 12.Two (2) Watts diode-pumped solid-state laser operating at 532 nanometers with a beam diameter less than ( less than ) 3 millimeters, beam divergence less than 0.5 milliradians (mrad), linewidth less than 5 megahertz (MHz), noise less than 0.03 root means square (RMS), and M2 less than 1.1 13.Carrying case with customized foam inserts to tightly secure equipment 14.Documentation to include detailed instructions for equipment use 15.The Contractor shall provide an on-site installation and training session of the VISAR for a minimum of three (3) days. 16.One (1) year warranty. The warranty shall be started from the first day of the customer's operation. (vii) Delivery is required within six (6) months after receipt of order (ARO). Delivery shall be made to the U.S. Army Research Laboratory (ARL), APG, MD. Acceptance shall be performed at the U.S. ARL, APG, MD. The FOB point is the U.S. ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: 52.214-34, 52.214-35. (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 3 relevant records of sales from the previous 60 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Offerors shall include 3 references for peer-reviewed technical publications detailing scientific results obtained with the product. 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 include a completed copy of the provision at FAR 52.212-3, Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52-219-4, 52.219-8, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.209-7001, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7012, 252.225-7031, 252.225-7035, 252.225-7036, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7022, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4, 52.204-7, 52.225-25, 52.243-1, 52.246-1, 52.246-16, 52.252-2, 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. This will be a Firm Fixed Price (FFP) award and the following local clauses apply to this acquisition: 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011) 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) AMC-LEVEL PROTEST PROGRAM (JUL 2011) US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (End of clause) (xiv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xv) Offers are due on 29 July 2014, by 11:59 A.M. EST, and shall be sent electronically to joseph.m.dellinger2.ctr@mail.mil. (xvi) For information regarding this solicitation, please contact Joseph Dellinger; (301) 394-0769; joseph.m.dellinger2.ctr@mail.mil or Fatimata Diallo (301) 394-5501; fatimata.diallo.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f27b4fb5e2030e8fa4352919739f616c)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03445488-W 20140802/140801000036-f27b4fb5e2030e8fa4352919739f616c (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.