Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
MODIFICATION

66 -- One (1) Thermo Electron North America ARL QUANT'X-Air & Vacuum Energy-Dispersive XRF Spectrometer or equal

Notice Date
8/21/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
3755 BRINSER ST, SAN DIEGO, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N55236-15-Q-0145
 
Response Due
8/24/2015
 
Archive Date
2/20/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is N55236-15-Q-0145 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-08-24 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The NAVSEA - SWRMC requires the following items, Brand Name or Equal, to the following: LI 001: Provide one (1) Thermo Electron North America ARL QUANT'X Air & Vacuum SDD Energy Dispersive XRF Spectrometer or equal., 1, EA; LI 002: Unpacking the ARL QUANT'X XRF SDD spectrometer, check all the parts and accessories, and electrical outlets for the spectrometer are complete., 1, EA; LI 003: Install the spectrometer according to the equipment installation procedures and perform step-by-step evaluation of the spectrometer hardwares and softwares., 1, EA; LI 004: Perform radiation safety evaluation and perform energy calibration, x-ray stability test, and resolution test in accordance with the required RADIATION SAFETY PROGRAM of NAVSEA S9420-AA-RAD-010 (RAD-10) Radiological Affairs Support Program (RASP)., 1, EA; LI 005: Install all the necessary matrices needed for the quantitative calibrations with the type standards for each working matrix for alloys (Iron/LAS, Nickel, Aluminum, Stainless Steels, Tool Steels, Copper, and Titanium)., 1, EA; LI 006: Perform comprehensive theoretical calibrations, and theoretical correction for inter-element absorption. Display and manipulation of calibration curves to evaluate methodology and simulation of standards as unknown samples to evaluate calibration accuracy., 1, EA; LI 007: Conduct two (2) days on-site training, hardware overview, system testing, preventive maintenance topics, software overview, and development of basic quantitative methods., 1, EA; LI 008: A follow-up user training session and assistance with method development will be afforded for technical support as stated in the equipment one full year warranty covering all parts and labor., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - SWRMC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - SWRMC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014), 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014), 52.212-1 Instructions to Offerors Commercial Items (Apr 2014), 52.212-3 Offeror Representations and Certifications- Commercial Items (Dec 2014), 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2014), 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014), 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013), 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.233-3 Protest After Award (AUG 1996), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), 52.242-17 Government Delay of Work (Apr 1984), 52.247-34 F.O.B. Destination (Nov 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7004 Alternate A, System for Award Management (Feb 2014), 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2015), 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Nov 2014), 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012), 252.225-7048 Export-Controlled Items (Jun 2013), 252.232-7010 Levies on Contract Payments (Dec 2006), 252.243-7001 Pricing of Contract Modifications (Dec 1991), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests (Jun 2012), 252.232-7010 Levies on Contract Payment (Dec 2006) (Jun 2012), 252.247-7023 Alternate III Transportation of Supplies by Sea (Apr 2014) Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The applicable NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This spectrometer of Energy Dispersive X-RAY Fluorescence (EDXRF) is a high-speed quantitative and qualitative analysis of Sodium (Na) through Uranium (U) from percent (%) to ppm concentration levels in solid materials and liquid substances of any shape, size or composition. The spectrometer has a unique high performance Silicon Drift Detector (SDD) for air and vacuum environments. The ultra-sensitive large area Silicon Drift Detector (SDD) captures more x-rays and permits analysis of even weakly fluorescing materials /contaminants or minute sample amounts down to nanogram levels. It has a Rhodium (Rh) target X-RAY tube that is efficient in multi-element excitation from Sodium (Na) to Uranium (U). The capability of this instrument is very necessary in analyzing and determining the identity of various contaminants and wear metals in MAIN REDUCTION GEARS (MRG) and operational systems of the different fleet ships in the waterfront that are undergoing repair and maintenance. With the capability of detecting the lightest element of sodium (Na), sea water (Sodium Chloride) contamination in ships operations systems are being identified quickly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-Q-0145/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03850154-W 20150823/150821235623-05abda4788b2490738774e4e8af3e843 (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.