Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

66 -- Other Measuring & Controlling Device

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017805R1051
 
Response Due
8/12/2005
 
Archive Date
11/12/2005
 
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 Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis 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 intends to purchase a 3 D Laser Scanner that meets the following specifications: [a] possess ability to measure surface profiles on ext! ernal and internal surfaces as rapidly and accurately as conventional CMM (coordinate measuring machine). [b] provide a high degree of system precision (+/- .002 inch, or less); with easy initial calibration; [c] be a portable and self-contained system, compensating for typical manufacturing environments, requiring common commercial power (e.g. 110 volt AC, 60 Hz); [d] create solid model files of component parts for subsequent purposes of (1) Inspection, graphical and digital comparison with a perfect-form CAD image, (2) Rapid Prototyping, (3) Reverse Engineering; [e] Include necessary software; single package preferred for all functions. PC hardware is not required; [f] incorporate a hard-contact probe with the potential for simultaneous use with laser; [g] include initial installation, operator training in relevant areas of uses, mentioned above; [h] provide options for follow-on customer support, warranty repair, maintenance and upgrade as necessary; [i] accommodate phy! sical sizes of 24 X 12 X 12 inches, or greater; [j] delivery required NLT 30 Sep 2005 (preferable by 16 Sep). Items[g] and [h] may occur thereafter. This acquisition will occur via a Firm Fixed Price contract. All items shall be delivered and accepted FOB-Destination to NSWCDD; Code G33; 17320 Dahlgren Road, Dahlgren, VA 22448-5100 between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. The solicitation number is N00178-05-R-1051 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2001-19 (7 January 2004), and DFARS Change Notice 20040113. The NAICS Code associated with this procurement is 334519 and the size standard relating to this NAICS Code is 500 employees. All offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications/Commercial Items, and DFAR 252-21! 2-7000 Offer Representations and Certifications with their quotes. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors/Commercial Items, FAR 52.212-4 Contract Terms and Conditions/Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders/Commercial Items, subparagraphs (a) (b)(1), (b)(13-19), (b)(29), (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), the following provisions of subparagraph (b) 252.225-7012, 252.227-7015, 252-227-7037, 252.243-7002, 252.247-7023k 252.247-7024, and (c), and DFARS 252.204-7004, Alternate A, and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terror! ist Country also apply to this acquisition. This procurement is DO priority rated. All quotes shall include the following information to enable the Government to make its award determination: a technical description of the items being offered in sufficient detail to evaluate compliance with the specifications listed above. This may include product literature, data sheets, and/or other documents, if necessary. The Government will make an award resulting from this synopsis to the responsible offeror whose offer is determined to be most advantageous to the Government. Award decision shall be based on an offer that meets the above specifications; meet the Government?s required delivery date; and that have a reasonable overall evaluated price for each item. DEMONSTRATION CRITERIA (pre source selection) A demonstration of the system may occur at NSWC or the vendors site, whichever is the more expedient. Factors to be evaluated will include: Initial setup time; Introductoryremarks by vendor rep; Demonstrate that the solicitation requirements are met or exceeded; Vendor may use own part(s), plus NSWC furnished parts for d1, d2, d3 above. (Will be unknown to the vendor in advance.) Score 1 thru 5 Stars by a panel of 3-4 judges. SOURCE SELECTION CRITERIA Subjective: Operator ergonomics, ease of use, first impressions, overall opinions (20%); Vendor reputation, demo and references. (15%) Objective: Meeting the requirement line items (65%). Although price will be evaluated, it will not be the determining factor in the Government?s award decision. Technical capabilities and delivery are significantly more important to the award decision. The closing date for receipt of quotes is 2:00 p.m. (Eastern time) 12 August 2005. Electronic quotes are encouraged at XDS11@nswc.navy.mil, but quotes may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division; Attn: Code XDS11C Building 183, Room 102, 17320 Dahlgr! en Road, Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division has implemented Electronic Commerce (EC) in the acquisition area; therefore the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments. DoD will no longer award to Contractors not registered in the Central Contractors Registration (CCR) database. Any questions can be forward to fax number (540)653-7088, Attention Code XDS11C; email address is xds11@nswc.navy.mil, or telephone (540)653-7478, reference number N00178-05-R-1051.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00863746-W 20050807/050805212738 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.