Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1996 PSA#1662

MEDCOM ACQUISITION ACTIVITY, SOUTHEAST CONTRACTING CENTER, 39706 40TH STREET, FORT GORDON GA 30905

66 -- INTERFEROMETER, VERTICAL SCANNING SYSTEM SOL DADA08-96-B-0005 DUE 083096 POC Contract Specialist JAMES E. DINWOODY (706) 787-3894 (Site Code DADA08) 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; bids are being requested and a written solicitation will not be issued. Solicitation number DADA08-96-B-0005 applies and is issued as an Invitation For Bids (IFBs). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-38 and Defense Acquisition Circular 91-10. The standard industrial classification code is 3826 and the business size is 500 employees. Contractor shall furnish and deliver an Interferometer, Vertical Scanning System, Manufacturer: Zygo, Trade Name: New View 100 with 3D Imaging Surface Structure and Image Zoom ''or equal'' to the Dwight David Eisenhower Army Medical Center, Bldg 300, Fort Gordon, GA. This requirement is for a fixed price contract with the following line items, Item 0001; Quantity 1 each; Analyzer, 3D Imaging Surface Structure, New View 100 with Image Zoom, includes: a. Measurement Unit, b. Video Monitor w/stand, c. Zygo controller board, d. Instrument Power Supply, e. MetroPro Software License, f. HP 715/100 system controller with 17'' Monitor, g. 1.75um Step standard, Zygo Part# 6300-0322-05 ''or equal''; Item 0002; Quantity 1 each, Newview/GP Power Kit-110V 60Hz, Zygo Part# 6300-0227-01 ''or equal''; Item 0003; Quantity 1 each, 5X Michelson Objective, Zygo Part #6300-0146-01 ''or equal''; Item 0004, Quantity 1 each, 10X Mirau Objective, Part #6300-0105-01; Item 0005, Quantity 1 each, Dovetail for 10X-100X Objectives for Newview, Zygo Part #6300-0152-01 ''or equal; ITEM 0006, Quantity 1 each, 40X Mirau Objective, Zygo Part #6300-0105-03 ''or equal''; ITEM 0007, Quantity 1 each, Dovetail for 10X-100X Objectives NewView, Zygo Part #6300-0152-01 ''or equal''; ITEM 0008, Quantity 3 each, Dovetail for 10X-100X Objective for NewView, Zygo Part #6300-0152-01 ''or equal''; Item 0009, Quantity 1 each, Base Stage with Manual Tip/Tilt +X/Y, Zygo Part #6300-0153-01 ''or equal''; Item 0010, Quantity 1 each, General Purpose top plate 0.372'' focal point, Zygo Part #6300-0130-02 ''or equal''; Item 0011, Quantity 1 each, Vibration Workstation for Maxim*NT&GP, NewView 100, Zygo Part #1840-700-102 ''or equal''; Item 0012, Quantity 1 each, HP 1600C Digital Inkjet Printer HP715, Zygo Part #6194-0181-01 ''or equal''; Item 0013, Quantity 2 each, Manual, Operator & Maintenance to include Schematics, Item 0014, 1 SVC, Installation/Set Up/Training. The minimum essential functional characteristics for the Vertical Scanning Interferometer are as follows: three-dimensional analysis of areas with a precision piezo scanning device, capability to measure entire field of view in seconds, vertical resolution as low as 0.1 nanometers, closed-loop scanning to insure linearity over the entire scan range, measures heights from 0.1 nanometer to 500 microns, capability to mount five different objectives, a high-speed PC computer system with software operated through a Microsoft Windows application with color laser printer, 5X, 10X, and 40X objectives, base stage with tip tilt and X-Y motion, vibration workstation, top plate with 0.005'' focal point and 640 X 580 pixel CCD camera for data collection. Delivery of the system shall be within 30 days after contract award FOB destination to Fort Gordon, GA. Inspection and acceptance will be at destination. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items; FAR Provision 52.212-2, Evaluation of Commercial Items; FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items apply. Pursuant to FAR Provision 52.212-2, Evaluation of Commercial Items, the government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government. Award will be made to the offeror that meets the synopsis/solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. NOTE: All offerors are required to submit a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Failure to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with your offer may result in a rejection of your offer. Pursuant to FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, the following FAR clauses are hereby incorporated by reference; 52.203-6, Alt 1, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225- 3, Buy American act-Supplies, 52.225-18, European Community Sanctions for End Products; 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Copies of FAR provisions can be found, in full text, at URL: http//www.medcom.amedd.army.mil/medcom/mcaa. Bid opening will take place at the MEDCOM Acquisition Activity, Southeast Contracting Center, Bldg 39706, Fort Gordon, GA 30905 on Aug 30, 1996 at 1:00 P.M., Eastern Time. Bids must be recived prior to the bid opening. For additional information, contact Jim Dinwoody at (706)787-3894. This acquisition is 100% set-aside for small businesses (See Note 1). All responsible small business sources may submit an offer for consideration. RONALD F. MAGEE Contracting Officer (0229)

Loren Data Corp. http://www.ld.com (SYN# 0242 19960819\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page