SOLICITATION NOTICE
66 -- N/A
- Notice Date
- 5/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-04-T-0478
- Response Due
- 5/28/2004
- Archive Date
- 6/12/2004
- Point of Contact
- Darla Kelly, Contract Specialist, Phone 732-323-7437, Fax 732-323-4069,
- E-Mail Address
-
darla.kelly@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare Center, Lakehurst New Jersey, has a requirement for the equipment in support of the Photronic Lab. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N68335-04-T-0478 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to award a contract on a brand name mandatory basis for Photo Research Inc items under the authority of FAR 6.302-1. This procurement is restricted to only Small Businesses. Contract type will be firm-fixed price. Photo Research Inc the sole manufacturer of the items that will satisfy the Government?s minimum requirement for intended application because it is the only known software and hardware that will be compatible with existing program equipment. Photo Research Inc is located at 9731 Topanga Canyon Place, Chatsworth CA 91311-4135 Phone number 818-341-5151. The contract line item numbers (CLIN) descriptions and salient characteristics for this brand name mandatory procurement are: ** CLIN 0001 PR?-880 Pritchard? Photometer (P/N 6880-0001-00 PR-880) - Automated Pritchard Photometer System (Includes calibration) (117 VAC - North American Cord.) It features CPU control, push button operation, 4 X 20 backlit supertwist LCD display, fully automated multiple apertures, filter wheels, viewing shutter, measure/zero shutter and integral temperature stabilized reference. Combining these features with Pritchard optics, compact all-in-one design, source refresh rate determination and the ability to communicate over an RS- 232 interface make the PR-880 a beneficial tool for the lab, production floor or OEM configuration. Typical applications include CRTs, LCD?s, automotive and aerospace displays. The Standard PR-880 System includes: PR-880;MS-55 Lens; Universal AC Adapter; RS-232 Interface; NIST Traceable Calibration (certified for six months);;Restore Software (supplied on 3-? inch disks); Instruction Manual. Performance Specifications: Standard Aperture; Wheel: 3?, 1 ?, 0.5 ?, 0.25 ?, 0.125? (Automated). Angular values for the MS-55 lens focused at infinity. Filters: Individually trimmed CIE PHOTOPIC, relative RED and BLUE, ND-1, ND-2, ND-3 and ND-4. Luminance Range: 10-4 to 106 foot Lamberts (3.4 x E-4 to 3.4 x E6 candelas per square meter) Detector: S-20 end on photomultiplier (PMT) Luminance Accuracy: ?% to NIST Traceable Standard @ 2856 K. Resolution: 14 bits (QTY 2 each); CLIN 0002 Labview Software Drivers for the PR-880. (P/N 6880-0002-01) The Labview driver for the PR-880 is a virtual instrument (VI) and provides an interface to the National Instruments LabView TM environment. Using this driver capabilities are provided for instrument setup, measurement control and data reporting. The package includes documentation and software example, (QTY 1 each); CLIN 0003 PR-880 USC ? User-Self Calibration Software (P/N 6880-0002-04) Provides the capability for complete or partial calibration of the PR-880 (QTY 1 each); CLIN 0004 Scotopic Filter (P/N 6880-0006-00) (include the price of calibration.) For making measurements below 0.1 foot Lamberts (0.34 cd *m-2).Includes a custom trimmed scotopic response filter. Trimmed using the MS-55 lens unless otherwise specified. Includes NIST traceable calibration and calibration curve, (QTY 2 EACH); CLIN 0005 PR-880 Radiometric Calibration (P/N 6880-0005-00) This option is for measurements of radiance (watts per steradian per square meter) for monochromatic or nearly monochromatic sources. Includes single point calibration at 576 nm and detector response curve (360 - 830 nm at 5 nm increments) and selectable response correction factors normalized at 576 nm built into the PR-880 Local Mode software, (QTY 2 EACH); CLIN 0006 CR-55 - Cosine Receptor (P/N 6880-0008-01) For cosine corrected incidence (illuminance) measurements.Calibrated in footcandles and lux. Replaces the MS-55 during use (QTY 2 EACH); CLIN 0007 FH-55- Filter Holder (P/N 6880-0008-01 Accepts two 2 in. x 2 in. (50.8 x 50.8 mm) filters. Used with the MS-55 lens only. Useful for filter transmission studies (QTY 2 EACH); CLIN 0008 IB-55 - Incidence Baffle (P/N 6880-0008-03) This accessory, which is used with the MS-55 lens, is designed to measure small point sources (e.g. miniature lamps) for illuminance (QTY 2 EACH); CLIN 0009 IS-880 - Integrating Sphere (P/N 6880-0008-04) This 3? (76.2 cm) integrating sphere is designed to measure small point sources (e.g. miniature lamps, LED?s etc.) over 4 p steradians. Calibrated for Luminous Flux(lumens), color temperature, XYZ and xy coordinate. Accepts 0.125? (3.18 mm) and 0.225 (6.36 mm) sources and replaces the MS-55 during use (QTY 1 EACH); CLIN 0010 LR-55 - LED Receptor (P/N 6880-0008-05) Designed to measure discrete LED?s, the accessory accepts 0.125" (3.18 mm) diameter and 0.25" (6.36 mm) diameter LED?s. Calibrated for radiant intensity (uw * sr-1) and luminous intensity (millicandela). Replaces the MS-55 during use, (QTY 2 EACH); CLIN 0011 MS-1X - MacroSpectar 1X Lens (P/N 6880-0008-06) 1X magnification, fixed focus lens with a working distance of 3.8 in. (97 mm) and replaces the MS-55 lens during use. Calibrated for luminance (QTY 1 EACH). CLIN 0012 MS-165 - MacroSpectar 1X Lens (P/N 6880-0008-07) 1X magnification, fixed focus lens with a working distance of 6.5 in. (165 mm) and replaces the MS-55 lens during use. Calibrated for luminance (QTY 1 EACH); CLIN 0013 MS-10X - MicroSpectar 10X Lens (P/N 6880-0008-12) 10X magnification lens with a working distance of 0.6 in. (15.2 mm). Replaces the MS-55 during use. Calibrated for luminance (QTY 2 EACH); CLIN 0014 RS-3 - Reflectance Standard (P/N 6880-0008-14) 2? diameter (51 mm diameter) PTFE reflectance standard used for making ambient light measurements, measurements of point sources (e.g. lamps) or measurements of the illuminating source for reflectance or L*a*b* calculations. The RS-3 is uncalibrated, meaning that all spectral reflectance correction factors are set to 1.00. SAE ? - 20 thread, black anodized, aluminum case (QTY 4 EACH); CLIN 0015 PRS-3 - Photometrically Calibrated Reflectance Standard (P/N 6880-0008-15) All the capabilities of the RS-3 and calibrated for absolute photometric reflectance, (QTY 2 EACH); CLIN 0016 CC-880 - Molded Carrying Case (P/N 6880-0009-01) Rugged custom carrying case of molded fiberglass with form fitting foam inserts. Designed to house the PR-880, AC Adapter, Optical Head, interface board, software and accessories, (QTY 2 EACH); CLIN 0017 AA-880 - DC to AC Adaptor (P/N 6880-0009-04) Allows the PR-880 to be powered from a 12 Volt car battery via a plug-in converter. Converts 12 Volts DC to 117 Volts AC (140 watts continuous), (QTY 2 EACH); CLIN 0018 BP-880 ? Battery Pack (P/N 6880-0009-05) The battery pack is a lead-acid battery that provides the proper current required to operate the PR-880. The battery pack renders up to a 3 hours of operation in remote locations where an AC power source is not available or inconvenient. The dimensions are 7.87" X 4.72" X 2.95" (19.9 cm X 11.8 cm X 7.8 cm) and 5 lbs 13 oz. (QTY 2 EACH); CLIN 0019 AC Adapter ? 25 Foot Cable (P/N 6880-0009-11) (QTY 1 EACH). A copy of the representations and certifications may be found on the NAVAIR Homepage at www.navair.navy.mil/ business/ecommerce/index.cfm. Interested persons may identify their interest and capability to respond to the requirement or submit proposals to provide the brand name mandatory software cited above. The North American Industry Classification Systems (NAICS) code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 100 employees. The proposal, along with completed representations and certifications is due by 28 May 2004. Award is anticipated no later than 04 June 2004 with a required delivery date of 8 weeks after date of purchase order. FOB Destination to Receiving Officer, Hwy 547, Lakehurst, NJ 08733. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible small business offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price only considered. The following factors shall be used to evaluate offers: (1) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (JAN 2004) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (1) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999; and (2) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) Year 2000 compliant means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2004) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** Offeror shall include a completed copy of the provision at FAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2003) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN THE BRAND NAME PHOTO RESEARCH INC. EQUIPMENT LISTED IN THIS SYNOPSIS. However, responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Darla M Kelly, Contract Specialist, Naval Air Warfare Center Aircraft Division, Contracts Department, Building 562-3, HWY 547, Lakehurst, NJ 08733 by 3:30 P.M. Eastern Standard Time, 28 May 2004. Facsimile proposals shall be accepted. The Government will not pay for any information received. The Government reserves the right to process the procurement on a brand name mandatory basis based upon the responses received. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Darla M Kelly, Code 25232, Tele #732-323-7437 or via e-mail: darla.kelly@navy.mil If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (732-323-7437). **END SYNOPSIS/SOLICITATION N68335-04-T-0478. **
- Record
- SN00585655-W 20040515/040513212532 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |