SOLICITATION NOTICE
52 -- COMPRESSOR SCANNING MACHINE - ACCUSCAN INSPECTION SYSTEM
- Notice Date
- 7/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- M00146-07-T-N257
- Response Due
- 7/20/2007
- Archive Date
- 8/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for a compressor scanning machine. 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. Solicitation number M00146-07-T-N257 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Acquisition Circular 98-86. This acquisition is under the North American Industry Classification System code 334513, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following: 1 each, AccuScan Inspection System. The compressor scanning machine shall be used for measurement of rotor runout, roundness, eccentricity, flatness and parallelism. The AccuScan Inspection System is manufactured by Paris Mountain Consulting LLC, cage code 3CWR9. Essential Characteristics: 1. Hardware Characteristics: a. 16-bit Analog-to-Digital Conversion b. Enclosure mounted inspection module c. Laser probe with plus or minus one mm measurement range d. Tooling to adapt to existing FRC East T64 compressor rotor inspection fixture e. Enclosure mounted computer with 512 Mbyte memory, keyboard, and mouse f. Enclosure mounted 17-in LCD monitor g. Industrial grade 16-gauge steel table top enclosure 2. Software Characteristics: a. Single user licensed inspection software with the following features: (1) Ability to accommodate multiple probe types and probe ranges (2) Intelligent probing to correct for part miscentering (3) Inspections saved as geometry data files (4) Results can be displayed as profile plots, calculated results, N-point format and in strip chart fashion (5) Preview of inspection reports before printing (6) Exports any inspection report as PDF file (7) Export calculated results or N-plot format data grid to Excel spreadsheet (8) Ability to measure interrupted surfaces (9) Ability to use part features as datum surfaces (10) User selectable Gaussian low pass filter can be configured for each probe (11) Calculated results may be modified at run time, number of significant digits are user selectable, separate settings for the magnitude and angle display (12) Timed, triggered and encoded inspection modes (13) 25 micro inches per division radial display resolution b. Contractor provided program for inspecting T64 compressor rotor c. Single user licensed file editor software that can create inspection templates d. Viewer software to view and print geometry data files off-line e. Windows XP Pro operating system 3. Warranty: Three year software maintenance and software support that provides free software upgrades during maintenance period and technical support via e-mail 4. Training: Two days on-site training at FRC East. Quotes must contain unit price, extended price, delivery date, terms of payment, company name, address, name of induvidual quoting, phone and fax numbers. If quoting on a different brand you must provide literature to show specifications of the brand you are quoting. The delivery requirements are FOB origin and are to be delivered to Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within eight (8) weeks of award or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Nov 2006), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). DFARS 252.211-7003 Item Identification and Valuation (JUN 2005). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007), to include the following clauses listed at paragraph 52.212-5 (b): (5) (15) (16) (17) (18) (19) (20) (21) (27) and (32). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies with the following clauses applicable for paragraph (b); (12) (i) and (12) (ii) (17) (20)(i). Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 20 July 2007. Point of Contact: Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492, Email debora.berget@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Debora Berget code SUL3G Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. See number note 1.
- Record
- SN01335429-W 20070707/070705221517 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |