SOLICITATION NOTICE
65 -- Fluorescent Analyzer (Geometrically Optimized Large Drift Detector GOLDD Alloy Analyzer)
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- SPMYM1 DLA NORFOLK NAVAL SHIPYARD CONTRACTING DIVISION (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- SPMYM111T0170
- Response Due
- 8/31/2011
- Archive Date
- 9/15/2011
- Point of Contact
- michael jackson 757-396-8354
- Small Business Set-Aside
- N/A
- 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM1-11-T-0170. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the responsibility of the contractor 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 334515 and the Small Business Standard is 750 employees. This is a competitive, unrestricted action. Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: See below for part number and salient characteristics: CLIN 0001, REQN: N4215812039580, QTY (2) each, Fluorescent Analyzer, geometrically optimized large drift detector (GOLDD) alloy analyzer. CLIN 0002, REQN: N4215812039581, QTY (2) each, bench stand (top test stand). Note: Radiation Safety Office must be notified prior to arrival of the instruments and be present upon opening of the new device. Specification for Hand Held X-ray Fluorescence (XRF) Spectrometry Analyzer 1.Scope 1.1This specification provides the minimum requirements for a hand held x-ray fluorescence spectrometry analyzer. The analyzer will be used to perform (a) semi-quantitative verification of the generic identity of metals, and (b) generic material verification. 2.Applicable Documents 2.1Government documents. The following documents in effect on the date of invitation for bids or request for proposal form a part of the specification to the extent specified herein. MIL-STD-129 Marking for Shipment and Storage NAVSEA 0948-LP-045-7010, Material Control Standard OSHA 2206 General Industry, OSHA safety and Health Standards, 29CFR 1910 ASTM-D3951-88, Standard Practice for Commercial Packaging 2.2Non-government documents. The following documents in effect on the date of invitation for bids or request for proposal form a part of the specification to the extent specified herein. none 2.3Order of precedence. In the event of conflict between the text of this specification and the references cited herein, the text of this specification shall take precedence. However, nothing in this specification shall supersede applicable laws and regulations unless a specific exemption has been obtained. 3.Requirements 3.1General information and coverage. The equipment shall be one of the manufacturer s current production models, new and unused, capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be complete so that when connected to the utilities and attachments specified herein, it can be used for any function for which it is designed and constructed. 3.1.1Current production model. The equipment offered shall be a current production model. A current production model is defined as the manufacturer s current production model which, on the date this specification is issued, has been designed, engineered and sold, or is being offered for sale through advertisements or manufacturer s published catalogs or brochures. Products such as prototype units, preproduction models, or a highly modified current production model, where major components have been redesigned to meet the requirements of this specification do not qualify as meeting this requirement. 3.2Definition. The equipment shall consist of, but is not limited to the following principle components, attachments, and accessories necessary to meet the requirements specified herein: Hand held XRF analyzer with touch screen display Allows remote operation from a PC via standard USB cable Allows inspection results to be printed from a PC via standard USB cable Bench top test stand accessory capable of holding samples in excess of 15 inches in length Provide biennial maintenance and operability checks of safety interlocks 3.3Demonstration. Prior to the award of the contract to supply the hand held x-ray fluorescence spectrometry analyzer, the vendor/ manufacturer shall provide a demonstration of the analyzer s capabilities on site at Norfolk Naval Shipyard. The analyzer must demonstrate the ability correctly identify the following elements; Mg, Al, Si, P, S, Ti, V, Cr, Mn, Fe, Co, Ni, Cu, Zn, Se, Nb, Zr, Mo, Pd, Ag, Sn, Sb, Ta, Hf, Re, W, Pb, Bi, Ru. 3.4Salient characteristics. The hand held x-ray fluorescence spectrometry analyzer shall have the following salient characteristics: 3.4.1Performance characteristics. The analyzer shall include the following: an integrated touch screen with large intuitive icons PC operating software compatible with Microsoft Windows applications software for easy data downloading, viewing, remote control, and alloy library modification a touch screen keyboard for data entry USB connection cable to allow remote operations from a desktop computer PIN code/password protected operation and set-up built-in radiation safety features certified reference material a pre-programmed library in excess of 300 alloys with element specifications, including those elements identified in section 3.3 3.4.2Physical characteristics. The analyzer shall: wireless/Bluetooth capability disabled prior to delivery be of the design that uses x-ray tube technology versus a radioactive source failsafe built-in the trigger as part of the radiation safety features failsafe built-in proximity sensor/device as part of the radiation safety features failsafe built-in LED light/indicator to signal when the x-ray tube is on be provided with two rechargeable batteries be provided with a battery charger and AC power adapter be provided with spare Kapton window replacement parts be designed to use with or without a bench top test stand. An accessory test stand must support testing material sample sizes greater than 15 inches in length 3.5Environmental conditions. This analyzer and associated accessories shall be designed and constructed such that, under the operating, service, transportation, and storage conditions described herein, the equipment shall not emit materials/energy hazardous to the environment as prescribed by federal, state, or local statues in effect at the point of delivery/installation. 3.6Design and construction. This analyzer shall be constructed of parts which are new or reclaimed, without defects and free of repairs. The analyzer structure shall be capable of withstanding all forces encountered during normal operation to its maximum rating and capacity without permanent distortion. 3.6.1Safety. Covers, guards, or other safety devices shall be provided for all parts of the hand held XRF analyzer that present safety hazards. The safety devices shall not interfere with operation of the equipment. The safety devices shall prevent unintentional contact with the guarded part, and shall facilitate inspection, and authorized maintenance and repair. App parts, components, mechanisms, and assemblies furnished, whether or not specifically required herein, shall comply with the requirements of OSHA 2206 that are applicable to the equipment itself. 3.7Documentation. A paper copy and an electronic copy of the user s guide shall be shipped with the equipment. The provided user guide will address safety information, radiation safety information, operational instructions, and alloy library instructions. 3.8Training. The selected vendor/manufacturer upon receipt of the contract shall provide one session of operator training at Norfolk Naval Shipyard on the proper safety, maintenance, and set-up of the analyzer. The one training session is not to exceed eight hours any day Monday thru Friday 0800-1600. 4.Quality Assurance Provisions 4.1Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements (examination and tests) as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his or her or any facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the government. The government reserves the right to perform any of the inspections set forth in this specification where such inspections are deemed necessary to ensure supplies and services conform to prescribed requirements. 4.2Responsibility for compliance. All items shall meet all requirements of sections 3 and 5. The absence of any inspection requirements in the specification shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the government for acceptance comply with all requirements of the contract. 4.3Methods of inspections 4.3.1Operational test. The system provided shall be tested by the receiving activity personnel under the observation of the contractor to verify proper operation in accordance with the requirements of this specification. Satisfactory completion of all tests is inherent in the specification and any cost associated in the correction of any defects shall be the responsibility of the vendor. The system provided will be operated for a minimum period of 8 hours without the need for correction of any defects. Proper operation and function of the system and its controls, and other associated accessories shall be verified during this trial period. 4.3.2Examination. The equipment provided will be visually and physically examined for design construction, material construction, material components, electrical equipment, workmanship, form, fit, and function to determine compliance with the requirements of this specification. 4.3.3Warranty. The vendor shall provide, as a minimum, a 1 year warranty for the analyzer and its accessories. The vendor shall provide next business day parts and labor necessary to maintain a fully functioning system during the warranty period. The vendor shall detail the terms of the warranty in the proposal. 5.Preparation for Delivery 5.1General. Preservation and packing shall be in accordance with ASTM-D3951-88, Standard Practice for Commercial Packaging. 5.2Marking for shipment. Marking shall be in accordance with MIL-STD-129 Marking for Shipment and Storage. In addition, the following markings shall be on the equipment packaging: Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709, 4 weeks after receipt of order. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.247-34,F.O.B Destination. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate; DFARs 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, and ALT I. DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea and ALT III DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation. All clauses shall be incorporated by reference into any eventual purchase order. DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate. All clauses shall be incorporated by reference into any eventual purchased order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 12:00 p.m. on 31 Aug 2011. Contact Michael R. Jackson who can be reached at 757-396-8354 or email Michael.r.jackson3@navy.mil, fax 757-396-8017. [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. [Procedures in FAR 13.106 are 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, delivery, and 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. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer Notes WAWF Invoice TypeCOMBO Contract Number Delivery Order Number Issuing Office DODAACSPMYM1 Admin Office DODAACSPMYM1 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158 Acceptance At Other Local Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher s only) Paying Office DODAACN68732 Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/879029de628498fdb928e03948f7c9db)
- Record
- SN02544955-W 20110824/110823000134-879029de628498fdb928e03948f7c9db (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 |