Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

66 -- Integrated Confocal Raman/AFM/SNOM Microscope System - Specifications

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-17-RFI-DH04
 
Archive Date
9/9/2017
 
Point of Contact
Dunia A. Hickey, Phone: 2024043533
 
E-Mail Address
dunia.hickey@nrl.navy.mil
(dunia.hickey@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Minimum Technical Requirements for Integrated Confocal Raman/AFM/SNOM Microscope System THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES•. 1. LOCATION - Naval Research Laboratory (NRL) site. 2. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of providing an integrated microscope system shall be a single microscopy platform with integrated Confocal Raman, Atomic Force, and Scanning Near Field Optical microscopy. This list is provided for informational purposes only, and is not to be construed to replace any requirements in any resulting Performance Work Statement/Specification on Document or other related documents. It is anticipated that a Request for Proposals will be issued in 2017. Answers to this RFI will be key in shaping certain aspects of the requirement. 3. CONTRACT TYPE: The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract. 4. COMPETITION STRATEGY Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. 5. LENGTH OF AWARD - From date of award through delivery 6. MINIMUM SPECIFICATIONS - Attached to this posting is a draft containing the minimum technical requirements for the effort. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. The attached document does not represent a final document. 7. RESPONSE FORMAT - The Government asks that interested parties, at a minimum, supply ALL of the following information in a Capability Statement using the following format: I. CONTACT INFORMATION: a) Name of Company b) Telephone Number, Fax Number, Address, and e-mail address c) DUNS Number, business size, CAGE code, and number of employees d) Primary NAICS code and PSC code II.COMMERCIALITY OF PROPOSED ITEM: a) Is this item of a type customarily used by the general public or non-government entities for the other than Government purposes - If yes, describe the item and its intended purpose b) Has the proposed item been sold, leased, or licensed to the general public? - If YES, identify one or more such sales, leases, or licenses to document the commerciality of the item. - If NO, has the proposed item been OFFERED for sale, lease or license to the general public? - If the proposed item has been OFFERED for sale, lease, or license to the general public, identify one or more such offered sale/lease/license to document the commerciality of the item. III. DESCRIPTION OF RELEVANT EXPERIENCE a) Provide a description of how proposed will meet or exceed EACH of the specification requirements. (Note, do not merely restate the requirement and simply state you meet it.) b) Provide a description of experience accomplishing tasks similar to those outlined in the Specification document. c) Provide a list of any Navy, DoD, federal, state, or local contracts supported, where similar services were provided, during the past 36 months. Provide a brief description of the type of work/research performed. d) Provide a brochure of the proposed product. IV. ROUGH ORDER OF MAGNITUDE (ROM) V. Additional Information: In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures: a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued. b) Proposal evaluation factors. c) Quality assurance monitoring of contractor performance. 52.215-3 - Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror'' are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-RFI-DH04/listing.html)
 
Place of Performance
Address: 4555 OVERLOOK AVENUE, SW, WASHINGTON, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN04624481-W 20170813/170811231632-8830b45a09f0ae6649faf42823dee704 (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  © 1994-2020, Loren Data Corp.