SOLICITATION NOTICE
66 -- Optical Surface Profiling System
- Notice Date
- 11/25/2014
- Notice Type
- Presolicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-15-T-0017
- Archive Date
- 12/24/2014
- Point of Contact
- Melanie A. Caines, Phone: 7193338087, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
melanie.caines@us.af.mil, Diana.South@us.af.mil
(melanie.caines@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 333314 and the size standard in number of employees is 500. The purpose of this notice is to identify companies capable and qualified to provide one optical surface profiling system with the stated specifications to the U.S. Air Force Academy. All businesses capable of providing the optical surface profiling systems are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This will be a Brand Name or Equal acquisition and a firm fixed price contract is anticipated to be awarded. The Zygo NV8300 Optical Surface Profiling System or Equal System consists of the following salient characteristics: Item No. 0001 (1 Assembly) Zygo NV8300 Optical Surface Profiling System or Equal: Equal to or better than the following characteristics: •· Non-contact 3-D optical profiling system •· Non-destructive testing of surface features and samples •· XYZ microscope stand housing the scanning white-light and optical phase shifting interferometer •· Motorized translation and tip/tilt of sample stage •· ± 4 ᵒ tip/tilt range of motion minimum •· ±3 inch linear travel of the XY stage minimum •· 4 inch Z axis travel minimum •· 200 mm x 200 mm sample size or larger (image stitching allowed) •· 0.1 nm vertical resolution or better •· Lateral resolution of < 15 micron (objective dependent) •· 15 mm vertical measurement range or greater •· Can measure opaque, transparent, coated uncoated, specular, or nonspecular materials •· Isolation table with microscope tray and monitor shelf •· Digital camera for mounting on trinocular head with a minimum 1k pixel array •· Integral computer for control of measuring system with 15 inch or larger monitor •· Control and analysis software included •· Standard 208VAC or 120VAC power, 60 Hz •· Footprint of < 60" x 36", weight < 1000 pounds Item No. 0002 Unique item identifier label IAW DFARS 252.211-7003 Item Unique Identification and Valuation All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004 Alternate A, System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to USAF Academy, CO 80840. The specifications for this requirement are included. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: •1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. •2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. •3. Appropriate written information and/or data supporting your capability to provide the stated optical surface profiling system. •4. Answers to the following questions: •a. How long have you been in business? •b. Have you provided this item in the past? c. Are you a manufacturer or supplier of the item? d. What is your lead-time for delivery? e. Have you ever performed Government contracts? f. What are your payment/discount terms? Do you offer an educational discount to universities? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Where are the components manufactured? i. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. j. Are operating and maintenance manuals, or any other items, included? k. Do you offer warranty coverage? If yes, provide further details. l. Are you familiar with IUID labeling? If so, do you provide this and how much do you charge? m. Is your product Buy-American Act compliant? n. Is your product an "off the shelf" item? This notice is designed to locate responsible sources that have an interest, and have the ability to supply the item described herein. If your firm is capable and qualified to provide the optical surface profiling system, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 9 December 2014, 1:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Melanie Caines, Contracting Specialist, 719-333-0809 or melanie.caines@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0017/listing.html)
- Place of Performance
- Address: Transportation Office, Bldg. 8110, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03581946-W 20141127/141125234644-fc00c49259d58e0778fad05a1dd7d227 (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 |