SOLICITATION NOTICE
68 -- Chemicals
- Notice Date
- 4/12/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00178 17320 Dahlgren Road Dahlgren, VA
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017805R3060
- Response Due
- 5/11/2005
- Archive Date
- 8/1/2005
- Point of Contact
- XDS133 540-653-7765 XDS133 540-653-7765
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While is it understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. 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; proposals are being requested and a written solicitation will not be issued. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase a carbon nanotube synthesis system, which is an instrument to grow carbon nanotubes enabling repeatable growth and allowing for controlled process development. The system must integrate advanced catalytic chemical vapor deposition process and incorporate complete computer control over the process. In addition it must have recipes for repeatability, and automatically log data for analysis. The system must feature the following: (1)Three inch process quartz tube and seals; (2) Single zone furnace; (3) Four gas lines with individual flow rate controls; (4) Process temperature: up to 1200 degree Celsius; (5) Electrical feedthroughs for directional growth; (6) Multipoint temperature control; (7) Must be modular and expandable; (8) Must have verifiable programmed recipes for synthesis of single wall and multiwall carbon nanotubes; (8) Must have verifiable programmed recipes for synthesis of single wall and multiwall carbon nanotubes; (9) Automatic loading and unloading of samples; (10) GUI (graphical user interface) for data management; (11) Fully programmable temperature and gas flow feedback loops; (12) The system must allow the option of evacuation of the process chamber to a pressure below 10 to the negative third power torr; (13) The system must have a gas flow rate accuracy no greater than 0.5 per cent of full scale, a repeatability no greater than 0.2 per cent of full scale, and a linearity no gr! eater than 0.3 per cent of full scale; (14) The temperature uniformity must be no greater than 0.6 degrees Celsius over center 3 inch range with a temperature stability less than 0.6 degrees Celsius; (15) The system must have built in multiple sensor interlocks and protective panels for equipment safety. The safety must include at last (a) Automatic inert gas purge; (b) Process interlocks monitoring; (c) Combustible gas leak sensor; (3) Exhaust flow interlock. This acquisition will be a Firm Fixed-Price contract. All items shall be delivered, inspected, and accepted FOB destination to the Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The solicitation number is N00178-05-R-3060; it is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-27, dated 28 December 2004 and DFARS Change Notice (DCN) dated 22 February 2005. The North American Industry Classification System (NAICS) Code is 325199 with a size standard of 1000 employees. The offeror shall provide a copy of any warranty applicable to the items contained in this solicitation. FAR 52.212-1, “Instructions to Offerors - Commercial Items (Jan 2005)” applies to this solicitation and is hereby incorporated by reference. In accordance with FAR 52.212-2, “Evaluation – Commercial Items (Jan 1999),” applies (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The fa! ctors to be used to evaluate offers are technical capability of the item offered to meet the Government’s requirements, and price. Technical capability is approximately twice as important as the proposed price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provisions at FAR 52.212-3, “Offeror Representations and Certifications - Commercial Items (Jan 2005)” with their offer. The following provisions apply to this acquisition: FAR 52.212-4, “Contract Terms and Conditions - Commercial Items (Oct 2003)” FAR 52.2! 12-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2005)” subparagraphs (a), (b) 1, 3, 7, 14, 15, 16, 17, 18, 19, 20, 21, 24, 31, (d), and (e); DFAR 252.212-7000, “Offeror Representations and Certifications – Commercial Items (Nov 1995)” applies with the requirement that offerors provide a completed copy with their offer DFAR 252.212-7001, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005)” subparagraphs (a), (b) 252.225-7012, 252.243-7002, and 252.247-7023. FAR 52.247-34, “FOB Destination” applies to this solicitation and is incorporated by reference. The following additional DFARS provisions and/or clauses apply to this acquisition: 252.204-7004, “Required Central Contractor Registration - Alternate A (Nov 2003)”. This procurement is rated DO-A7. All responsible sources may submit an offer which shall be considered. The closing date for receipt of proposals is 11:00 a.m. (Eastern time), 11 May 2005. Electronic quotes are encouraged at XDS13@nswc.navy.mil, but quotes may also be faxed to (540) 653-6810 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS13-20/21, Bldg. 183, Room 106, 17320 Dahlgren Rd., Dahlgren, VA 22448-5100. All quotes should reference N00178-05-R-3060. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPSS) AT: http://www.fedbizops.gov/ and on the Naval Surface Warfare Center, Dahlgren Division, web page at http://www.nswc.navy.mil.supply. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00178/N0017805R3060/listing.html)
- Record
- SN00786414-F 20050414/050412212054 (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 |