|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 66 -- 2M MICROSCOPE SYSTEM SOL N00164-99-R-0133 DUE 081399 POC Ms.
Stacy McAtee, Code 1163WD, telephone 812-854-1988, fax 812-854-5666
WEB: clikc here to download copy of RFP, http://www.crane.navy.mil.
E-MAIL: click here to contact via e-mail, mcatee_s@crane.navy.mil. This
acquisition is for a quantity of 72 each 2M Microscope Systems, Meiji
P/N EMZ-5TR or equal. This microscope system shall consist of a fiber
optic light, Fostec P/N A20500.2 (w/DDL Lamp) or equal, and light duty
ball bearing microscope stand, Diagnostics, Inc. P/N SMS6B or equal.
Four option quantities of 60 each are required, and one option quantity
of 73 each. It is anticipated that the option quantities will be
exercised beginning in the year 2000 and continuing through 2004.
Salient characteristics for this microscope system are as follows: Zoom
stereo body, 0.7X-4.5X; (6.: 1 zoom ration) eyepiece tubes inclined 45
degrees; zoom stereo body shall not be made of plastic materials; each
eye tube will have +/- 5 diopter adjustment; interpupillary distance
will adjust from 54mm to 75mm, minimum; working distance under
microscope will be a minimum of 148mm; super wide field eyepieces, 10X
magnification (paired); field number of 23 or greater; rack and pinion
focus mount will allow the microscope to be rotated 360 degrees and
tilt 90 degrees allowing viewing perpendicular to the bench; focus
adjustment will have a slip-clutch to prevent stripping, and will
include tension adjustment; microscope body will have chemical
resistant paint (acid, alkali & solvent resistant); vertical pole of
ball bearing boom stand will be 21.75" high with 2 horizontal ball
bearing supported arms. Horizontal arms will be made of stainless steel
hardened (Rockwell 50 or higher) to prevent wear; boom stand base will
be steel and coated with chemical-resistant paint (acid, alkali &
solvent resistant); boom stand will not weigh more than 50 lbs.; fiber
optic light source will have an infrared interference filter and use
a 150W halogen DDL bulb; light source will have an ESD bifurcated light
pipe with a 30" common and two self-supporting 16" goosenecks. The
light output will have adjustable lens that will focus from narrow to
wide angles. All aluminum parts will have a static conductive irridite
finish; goosenecks will attach to the bottom side of the focus mount,
and will attach with an M6 screw thread size or larger; all electrical
components will bear the mark of a "Nationally Recognized Testing
Laboratory" (NRTL) having been tested to UL-STD 1571, and also be
tested and bear the CE mark. Delivery is required FOB NSWC Crane within
90 days after contract award. Delivery of option quantities will be
within 90 days after exercising of each option quantity. This is a
combined synopsis/solicitation for a commercial item prepared in
accordance with the format in FAR Subpart 13.6, as supplemented with
additional information included in this notice. The solicitation will
be available only on the Internet at
www.crane.navy.mil/supply/fs_acq.htm. A written solicitation will not
be issued. This is a brand name or equal requirement for a 2M
Microscope System consisting of a Meiji P/N EMZ-5TR Microscope, Fostec
P/N A20500.2 Fiber Optic Light with DDL Lamp, and Diagnostics, Inc.
P/N SMS6B Light Duty Ball Bearing Microscope stand. If quoting other
than the brand name product, the offeror must provide the
manufacturer's brand, model or part number along with a technical
description of the items being offered in sufficient detail to evaluate
compliance with the requirements of this announcement. The contractor
shall extend to the Government the full coverage of any standard
commercial warranty normally offered in a similar commercial sale,
provided such warranty is available at no additional cost to the
Government. Offerors responding to this announcement must provide the
information contained in 52.212-1, Instruction to Offerors --
Commercial Items and must include a completed copy of provision
52.212-3, Offeror Representations and Certifications -- Commercial
Items. The offeror must also provide its Commercial and Government
Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax
Identification Number. The following clauses are applicable to this
procurement, 52.212-4 Contract Terms and Conditions -- Commercial
Items, 52.212-5 Contract Terms & conditions Required to Implement
Statutes or Executive Orders -- Commercial Items, 52.203-6 Restrictions
on subcontractor Sales to the government, Alt I, 52.203-10 Price or Fee
Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns,
52.219-14 Limitations 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, 252.212-7001 Contract Terms & Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, 252.225-7001 Buy American Act and
Balance of Payment Program, 252.225-7012 Preference for Certain
Domestic Commodities, 252.233-7000 Certification of Claims and Requests
for Adjustment or Relief, 52.203-03 Gratuities, 52.212-2 Evaluation --
Commercial Items. If a change occurs in this requirement, only those
offerors who respond to this announcement within the required time
frame will be provided any changes/amendments and considered for future
discussions and/or award. Written proposals and the above required
information must be received at this office on or before 13 August 1999
at 3:00 PM Eastern Standard Time. Facsimile quotes are acceptable. POC
for information regarding this requirement is Ms. Stacy McAtee,
telephone 812-854-1988, fax 812-854-5666, or e-mail
mcatee_s@crane.navy.mil. Although contract award is anticipated to be
made on the basis of lowest quoted price meeting all the above terms
and conditions, including meeting or exceeding all salient technical
characteristics, the Government may also evaluate offerors' performance
on previous Government or commercial contracts for similar products. In
the event substantive differences exist among offerors' past
performances, the Government reserves the right to displace lower
priced proposals in favor of an offeror with substantially superior
past performance. This procurement is not set-aside for small business.
All responsible offerors may submit an offer which shall be considered.
***** Posted 07/14/99 (W-SN353960). (0195) Loren Data Corp. http://www.ld.com (SYN# 0819 19990719\66-0020.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|