SOLICITATION NOTICE
65 -- IMPAIRMENT SCREENER
- Notice Date
- 3/24/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N68836 FISC JACKSONVILLE, PENSACOLA DETACHMENT 690 San Carlos Road Suite A Pensacola, FL
- ZIP Code
- 00000
- Solicitation Number
- N664520800001
- Response Due
- 4/8/2008
- Archive Date
- 5/8/2008
- Point of Contact
- JOHN CARRO 850-452-9918
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All references to Federal Acquisition Regulation clauses can be viewed at http://farsite.hill.af.mil This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil.dpap/dfars/index.htm. The NAICS code is 423450 and the Small Business Standard is 500 employees. This is a 100% Small Business Set-Aside. The FISC Jacksonville Pensacola Detachment Purchasing Department request responses from qualified sources capable of providing: Specifications for a tabletop device to perform non-invasive testing. NAMRL must obtain a reliable and validated system to assess pilot fitness to fly among Navy aviators. The system must provide a quick valid assessment of individual pilot fitness to fly and must meet the following specifications. Minimum Requirements: ? A tabletop device that permits an employee to self-administer a quick, non-invasive assessment test. ? The device must measure an employee?s involuntary eye-reflex reactions to light. o It must collect four key eye measurements and compares them to the employee?s personalized baseline. These measurements can be used to track changes in the employee?s day-to-day alertness levels. ? The system must possess the ability to provide fitness to fly assessments based on involuntary eye reactions to light. ? The system must be sensitive to the subtle effects of fatigue, medications, drugs and alcohol. ? The system must require less than one minute per session and must provide instant results. ? The system must be capable of establishing reliable baseline data on each individual within the first twenty to fifty administrations. ? The system must then possess the ability to accurately compare subsequent data with an individual?s baseline data and provide an instant fitness to fly status report. ? The system must use biometric technology to organize and identify data for comparison to baseline data. ? Minimally, the system must measure pupil measurement at .022 mm and saccadic velocity at 750 HZ. ? Data generated by the system must be available in a format that can be directly transferred into a database for analysis. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instruction to Offerors- Commercial items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of C ommercial Items. This announcement will close at 11:00AM on 4/8/2008. Contact John Carro who can be reached at 850-452-9918 or e-mail john.carro@navy.mil .A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Please see numbered note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and a determination of responsibility/technically acceptable low bids/past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, gsa contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Record
- SN01540153-W 20080326/080324225010 (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 |