Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2014 FBO #4678
SOLICITATION NOTICE

66 -- 3D Imaging and Analysis System for Performing Firearm Forensic Comparisons

Notice Date
9/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-14-0700-Q-0012580
 
Archive Date
10/2/2014
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure that they have the most up to date information about this acquisition. The Request for Quote (RFQ) number is DJF-14-0700-Q-0012580 and is being conducted as a 100% small business set-aside. The NAICS Code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76. This requirement will be awarded on an all or none basis as a commercial item, fixed-price purchase order under the procedures in FAR Parts 12 and 13. The FBI currently has a Sensofar Plu Optical Profiler which does not have the following features, larger camera for increased field of view, 100% true color, focus variation, and software updates. These upgrades to the FBI's existing system are necessary for continued collaboration with university research in the field of firearms/toolmark identification, validation work for potential casework deployment, and increased sample acquisition speeds. The FBI intends to trade in its current Sensofar PLu NEOX: Dual Technology 3D Optical Profiler system for a new systems composed of a 3D imaging and analysis system for performing firearm forensic comparisons. Requirements : • 40mm range linear motorized stage • 200-micron peizo stage with vertical repeatability of.75nm useable on installed objectives, simultaneously. • 0.01nm vertical resolution (PSI mode); 0.1 nm vertical resolution (VSI) • Quad LED light source, red (630nm), green (530nm), blue (460nm) and white (550nm) TECHNICAL SYSTEM SPECIFICATIONS : The new system shall allow non-contact measurements of surfaces and layers, with standard microscopy, focus variation, confocal imaging, confocal profilometry, interferometry white light and PSI. The equipment must be suitable for the measurement of surfaces with high local slopes, or low reflectivity samples composed of dissimilar materials. The system needs to have the following technologies. High resolution multi-modal vertical scanner including: • Conventional bright field microscopy (with the ability to use a range of magnifications from 5x to 150x): The system must be capable of inspecting surface images of the same acquisition and selection of regions of interest in the measures to be imaged as full 3D topographies (cloud of points data). • Focus variation: The system must be capable of measuring surface images of the of the same acquisition and selection of regions of interest to permit 3D topographical surface analysis. The system must also be able to adequately measure sample angles of up to 87 degrees (with appropriate objective). • Confocal Microscopy: Must allow of the sample in a series of planes at different heights to measure the surface height at each pixel, detecting the peak of the axial response. System shall have data resolution better than 3nm at 42 degrees maximum angle and a repeatability of measurement of 0.1% using 20x objective. • Phase-shift /Vertical-scanning White Light Interferometry: Must be capable of measuring phase maps of the surface to obtain maps of heights with a resolution better than 0.01nm and lateral resolution of 350nm using 20x objective. • Software Integration a. Automatic data transfer from acquisition software to forensic analysis software for interactive 3D image analysis, bullet and cartridge comparison and data reporting. b. Automatic data transfer from acquisition software to SenoMAP analysis and reporting software for 3D data analysis and bullet comparisons. INFORMATION REGARDING SYSTEM FOR TRADE IN : One (1) Sensofar PLu NEOX: Dual Technology 3D Optical Profiler system with vibration Isolation Table - Workstation 30X30, 2) adjustable column, 3) Parallel Processor, and 4) precision flat surface reference (mirror λ/20), confocal objectives (EPI 2.5X, 10X, 20X, and 50X), interferometry objectives, NEOX motorized 4"x3" stage (10X objective). The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Apr 2014) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. Price will be determined using the price of the proposed system less the Offeror's proposed credit given for the trade in. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2014), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to M.s Lynda M. Theisen, Contracting Officer, at Lynda.Theisen@ic.fbi.gov ; no later than Wednesday, September 17, 2014, 4:00 pm Eastern Time (ET). Quotes shall be clearly marked DJF-14-0700-Q-0012580. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All questions should be submitted by email to the contracting officer listed above. All Offerors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-14-0700-Q-0012580/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03510177-W 20140915/140913233357-58fe995e735d2704ddb4a0fa091d94c0 (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.