SOLICITATION NOTICE
66 -- CRYOSTATION
- Notice Date
- 4/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1968 Gilbert Street, Norfolk, VA 23511
- ZIP Code
- 23511
- Solicitation Number
- N0016115RC1666
- Response Due
- 4/16/2015
- Archive Date
- 10/13/2015
- Point of Contact
- Name: Trevor Dorsey, Title: Contract Specialist, Phone: 7574431383, Fax: 7574431424
- E-Mail Address
-
andrew.dorsey@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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0016115RC1666 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-04-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Annapolis, MD 21402 The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001: CRYOSATION (NEMA) Helium Free 3K-350K Optical Cryostat System, 5 optical ports. Variable flow helium compressor. Control Unit including vacuum pump, power supplies, and temperature control electronics. User Interface Computer., 1, EA; LI 002: HELIUM FLEX HOSE SET, with M6 to M6 Mil cable, and DB9 comm cable. 10 feet long., 1, EA; LI 003: EXTENDED - Version with extended bellows length. This extends the sample chamber 120mm out from the standard location. Version for INCH optical tables. Includes all extended packaging, System Documentation + Extended Bellows Accessories kit (inch)., 1, EA; LI 004: BASE - ONE SIDE PANEL - Standard Chamber Base assembly with 1 external side panel. Version for INCH optical tables., 1, EA; LI 005: PLATFORM - STANDARD. Flat platform assembly (No recessed pocket)., 1, EA; LI 006: HOUSING 63/50. Sample space housing assembly with 50mm outer warm windows, 30mm inner cold windows, beam height is 90mm, beam height is 33mm above platform, clear sample space is 63mm tall. Includes radiation shield, side window housing + windows, and general purpose sample mount. Window substrates are AR coated (400-1000) fused silica., 1, EA; LI 007: LID - 50/30. Sample space assembly lid with 50mm warm window and radiation shield lid with 30mm window. Window substrates are coated (400-1000) fused silica., 1, EA; LI 008: LOW WORKING DISTANCE (FS) Low working distance holder assembly with AR coated 0.5mm inner and outer fused silica window. includes 11.9mm outer clear aperture and window, internal window holder, 6mm brass aperture, and window., 1, EA; LI 009: SIDE PANEL- 4xRF Quad RF feedthrough with four SMA connectors on the outside and SMP connectors inside. Includes four 20GHz cables SMP to SMP 12" long to bring signal into cold space. Cables will be thermally lagged., 1, EA; LI 010: RF cabling adapter SMP to SMP plus 4" flex cable from SMP to SMP., 1, EA; LI 011: DIP sample mount with cables, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334516 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 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, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Buy American Act & Balance of Payments (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ? Representation. (DEV 2015-O0010) (Feb 2015)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0016115RC1666/listing.html)
- Place of Performance
- Address: Annapolis, MD 21402
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN03693852-W 20150410/150408235610-c48a8ff03d236ec98207434fb9c5590d (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 |