Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

66 -- Uniform Flood Beam Electron Gun

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD1144A001
 
Archive Date
7/12/2011
 
Point of Contact
Raissa G. Kliatchko, Phone: 5058464543, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
raissa.kliatchko@kirtland.af.mil, julia.johnson@kirtland.af.mil
(raissa.kliatchko@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334516, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD1144A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011. The Government intends to award six contract line item numbers CLIN 0001 - 1keV to 100 keV Uniform Flood Electron Gun System DESCRIPTION: 1keV to 100 keV Uniform Flood Electron Gun System with Slave High Voltage Power Supply, Cable Set (3m), Rack Mount Kit. Computer/ Remote Control: 68 pin SCSI connectors for Analog/SCSI communication via NI DAQ boards and cables. Beam energy is independently adjustable; steps are 10V for each step, with total of 10,000 steps. Beam Uniformity: Gaussian. QUANTITY: One (1) UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: EGH-8105UD/EGPS-8105UD OR EQUAL CLIN 0002 - Magnetic Deflection DESCRIPTION: +/- 20 degrees at 100 keV for DC beam position. Use with beam rastering for improved uniformity and lower current densities (+/- 10%) QUANTITY: One (1) UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: N/A CLIN 003 - Dual Grid Pulsing DESCRIPTION: Dual Grid Pulsing 2µs to DC. TTL signal required. ECC not usable simultaneously. Basic LabView file- analog/ SCSI LabView communication- can provide the TTl input for pulsing. QUANTITY: One (1) UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: N/A CLIN 004 - Basic LabView File DESCRIPTION: Basic LabView File - Analog/ SCSI communication (with TTl input for pulsing). Remote Control via SCSI 68 pin connectors on the rear panel of power supply QUANTITY: One (1) UNIT OFMEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: N/A CLIN 005 - Software Raster (LabView File) DESCRIPTION: Software Raster (LabView File). Remote control via SCSI 68 pin connectors on the rear panel for power supply. QUANTITY: One (1) UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: N/A CLIN 0006 - Shipping Costs DESCRIPTION: Shipping Costs QUANTITY: One (1) UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 31 October 2011 FOB: DESTINATION INSPECTION AND ACCEPTANCE: DESTINATION MANUFACTURER: Kimball Physics MFR PART: N/A NOTE: For brand name equals, please attach part specifications with RFQ. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.223-18, 52.225-13, 52.232-33] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.232-1, Payments FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) DFAR 252.204-7000, Disclosure of Information DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.225-7036, 252.232-7003, 252.247-7023 Alt III] DFAR 252.216-7000, Economic Price Adjustment - Basic Steel, Aluminum, Brass, Bronze, or Copper Mill Products DFAR 252.223-7004, Drug-Free Work Force DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7010, Levies on Contract Payments DFAR 252.242-7006, Accounting System Administration DFAR 252.243-7001, Pricing of Contract Modification AFFARS 5352.201-9101, Ombudsmen The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil In accordance with the FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 27 June 2011, 12:00 noon, Mountain Daylight Time. Offers may be mailed to AFNWC/PKOA, ATTN: 1 Lt Raissa G. Kliatchko, 2000 Wyoming Blvd. SE, Bldg 20604 Rm B-9, Kirtland AFB, NM 87117, emailed (preferred) to raissa.kliatchko@Kirtland.af.mil, or faxed to (505) 846-7692 ATTN: 1Lt Raissa G. Kliatchko. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD1144A001/listing.html)
 
Place of Performance
Address: 2000 Wyoming Blvd SE Bldg 20604, Kirtland AFB, NM 87117, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02471223-W 20110615/110613234531-80c1ab0d3d0ca44f4bf85368804245f2 (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 |
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.