Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
SOLICITATION NOTICE

66 -- One (1) X-ray Computed Tomography (xCT) system capable of sub-micron resolution during in situ mechanical testing

Notice Date
6/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0175
 
Response Due
7/24/2015
 
Archive Date
8/24/2015
 
Point of Contact
Ariel Amey, (301) 394-1081
 
E-Mail Address
ACC-APG - Adelphi
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (i) 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. (ii) The solicitation number is W911QX-15-T-0175. This acquisition is issued as an Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective 08 June 2015. (iv) This acquisition is not set-aside. This is a full and open competitive procurement. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 001, xCT system in accordance with salient characteristics below in section (vi) Description of requirements, quantity, one (1) each CLIN: 0002, Shipping and Installation. (vi) Description of requirements: The Contractor shall provide a X-ray Computed Tomography (xCT) system capable of sub-micron resolution during in situ mechanical testing. The system shall fulfill the following minimum specifications: The xCT system shall have a minimum of a100 kilovolt (kV) source and detector featuring at least 1000 x 1000 pixels. The xCT system shall include an in situ mechanical loading stage capable of tension and compression capable of loads up to a minimum of 5000 Newton. The xCT system shall have a spatial resolution of less than 1.0 micrometer (sub-micron). The xCT system shall have a distance between rotational axis and any obstruction (source, detector, etc) greater than 25 mm during sub-micron scanning, in order to allow for in situ mechanical testing. The xCT system shall be shielded for the x-ray source's maximum energy and maximum power and interlocked to allow an operator to be in the same room. The xCT system shall be furnished with a workstation with all of the necessary software for image acquisition and reconstruction. The workstation should be capable of operating in standalone mode. The xCT post-processed data shall be available in non-proprietary image formats (e.g. TIFF). The Contractor shall deliver the xCT system to Building 4600 Aberdeen Proving Ground, Aberdeen, MD 21005. Any installation and/or setup required to render the instrument fully functional shall be performed by the Contractor. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. (vii) Delivery is required six (6) weeks after date of contract (ADC). Delivery shall be made to Aberdeen Proving Grounds (APG), Aberdeen, MD. Acceptance shall be performed at Aberdeen Proving Grounds (APG), Aberdeen, MD. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: The Government seeks an X-ray computed tomography system (xCT) with an in situ tension/compression loading stage with the following minimum performance characteristics: 1)Spatial resolutions of less than 1.0 micrometer 2)In situ loading stage capable of up to 5000 N of load 3)Rotation axis to obstruction (source, detector, etc) distance greater than 25 mm for scans with spatial resolutions less than 1.0 micrometer. The following tradeoffs are admissible: 1) Smaller spatial resolution; Up to 10% more. 2) Larger distance between rotation axis and obstruction; Up to 10% more for 50 mm. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___3____ records of sales from the previous __24__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-4 Printed Or Copied Double-Sided On Postconsumer Fiber Content Paper (May 2011) 52.203-6 Restrictions On Subcontractor Sales To The Government (Sep 2006) with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.204-10 Reporting Executive Compensationand First-Tier Subcontract Awards (Jul 2013), 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (Aug 2013), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014), 52.219-8 Utilization Of Small Business Concerns (Jul 2013), 52.219-28 Post Award Small Business Program Representation (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246), 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212), 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793), 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), 52.222-50, Combating Trafficking in Persons (March 2, 2015), (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332), 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, as prescribed in 203.171-4(a), to comply with section 847 of Pub. L. 110-181, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, as prescribed in 203.171-4(b), 252.204-7011, Alternative Line Item Structure, as prescribed in 204.7109(b), 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991), 252.215-7008, Only One Offer, as prescribed in 215.408(3) and (4), respectively, 252.223-7008, Prohibition of Hexavalent Chromium, as prescribed in 223.7306, 252.225-7012 Preference for Certain Domestic Commodities (FEB 2013), 252.225-7020 Trade Agreements Certificate- Basic (NOV 2014), 252.225-7021 Trade Agreements (NOV 2014), 252.225-7031, Secondary Arab Boycott of Israel, as prescribed in 225.7605, to comply with 10 U.S.C. 2410i, 252.225-7050 Disclosure of Ownership or Control by the Governement of a country that is a State Sponser of Terrorism (DEC 2014), 252.226-7001 Utilization of Indian Oragnizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2014), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, as prescribed in 232.7004, to comply with 10 U.S.C. 2227, 252.232-7010, Levies on Contract Payments, as prescribed in 232.7102, 252.243-7002, Requests for Equitable Adjustment, as prescribed in 243.205-71, to comply with 10 U.S.C. 2410, 252.244-7000, Subcontracts for Commercial Items, as prescribed in 244.403, 252.247-7022, Representation of Extent of Transportation by Sea, as prescribed in 247.574(a), 252.247-7023, Transportation of Supplies by Sea, as prescribed in 247.574(b)(1), to comply with the Cargo Preference Act of 1904 (10 U.S.C. 2631(a)). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-3 Offeror Representations And Certifications--Commercial Items (MAR 2015) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013), 252.211-7003 Item Unique Identification and Valuation (DEC 2013), APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011), APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002), APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999), APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999), APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999), APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006), APG-ADL-H.5152.211-4401 Alt Receiving Room Requirements - APG Alternate I (JAN 2003) APG-ADL-L.5152.215-4441 Us Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as none. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 24 July 2015, by 11:59am MST. via email to at Ariel Amey, ariel.m.amey.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Ms. Ariel Amey, ariel.m.amey.civ@mail.mil, 301-394-1081.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/92359bf5b7c758481b2af494fc27d7f9)
 
Place of Performance
Address: US Army Contracting Command - APG Adelphi Contracting Division APG MD
Zip Code: 21005-5066
 
Record
SN03777334-W 20150627/150626000449-92359bf5b7c758481b2af494fc27d7f9 (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.