Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

66 -- White Light Optical Profilometer & Accessories - Full Text & Local Instructions

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-R-0065
 
Archive Date
9/6/2018
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Full Text & Local Instructions (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-18-R-0065. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 15 June 2018. (iv) This acquisition is set-aside for N/A-Full and Open. The associated NAICS code is N/A. The small business size standard is N/A. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): N/A (vi) Description of requirements: The Contractor shall provide a coherence scanning interferometer for high-resolution areal topographical analysis of material surfaces. The system shall meet or exceed the following minimum specifications of the Government: 1. Coherence Scanning Interferometer (CSI) 1.1. System scanning 1.1.1. System shall record areal data sampling sizes up to 1024 x 860 pixels or greater 1.1.2. System vertical data scan rate shall be capable of 10 µm/s or greater 1.1.3. Surface topography height repeatability shall be less than or equal to 10 nm 1.1.4. Surface topography height roughness repeatability shall be less than or equal to 1 nm 1.1.5. System vertical scan length shall be able to provide a continuous data set over a height minimum of 3 mm through automated means (mechanical motion, image stitching of separate scans) 1.2. System optics 1.2.1. System shall include interchangeable magnification objective mount or objective turret with at least three objectives 1.2.1.1. Lowest magnification objectives supplied with the system shall enable fields of view up to at least 6 mm2 and a working distance of at least 4 mm 1.2.1.2. Middle magnification objective shall enable system optical lateral resolution of 2 µm or smaller (Sparrow criterion) and working distance of at least 18 mm 1.2.1.3. Highest magnification objective supplied shall enable system optical lateral resolution of 0.6 µm or smaller (Sparrow criterion) and working distance of at least 3 mm 1.2.1.4. All objectives supplied shall be interchangeable on the objective mount or turret 1.2.2. System shall include light source 1.3. System specimen stage 1.3.1. Specimen stage shall be adjustable with the following motion requirements: 1.3.1.1. Motorized X-direction greater than or equal to 50 mm 1.3.1.2. Motorized Y-direction greater than or equal to 50 mm 1.3.1.3. Motorized Z-direction greater than or equal to 25 mm for focus adjustment 1.3.1.4. Specimen stage shall be capable of tilt adjustment with a range of +/- 4 degrees or greater 1.3.2. Specimen stage shall allow for automatic motorized movement during image stitching operation 1.3.3. Specimen stage shall allow for analysis of samples up to at least 140 mm in height 1.3.4. Specimen stage shall be able to support samples of up to at least 1 kg in mass 1.3.5. Specimen stage shall allow space outside of measurement area for specimens up to 10 cm in width and 20 cm in length 1.4. System physical characteristics 1.4.1. System shall not exceed 100 kg 1.4.2. System shall fit on a table of dimension 76 cm x 150 cm 1.4.3. System shall include all required vibration isolation to meet scanning and optical resolution characteristics 1.5. System control and data 1.5.1. System shall include a control system with CSI control and data acquisition and analysis software 1.5.1.1. Software backup installation shall be provided if pre-installed on control system 1.5.1.2. Software shall be compatible with Windows operating system 1.5.1.3. Software shall be able to control CSI system, control specimen stage X-Y-Z movements, and acquire/analyze/save/export data 1.5.1.4. Software shall have both auto and manual surface focus adjustment capabilities 1.5.1.5. Software shall be capable of topographic data analysis and reporting of height and spatial parameters according to ISO 25178 field parameter definitions 1.5.1.6. Software shall be capable of exporting data in ascii/csv text format 1.5.2. System control and software shall allow for automated online stitching of at least ten adjacent imaging areas 1.6. Calibration standards 1.6.1. System shall include precision flat calibration standard 1.6.2. System shall include lateral calibration standard 2. Documentation, Installation, and Training 2.1. System shall include at least one (1) hard-copy and one (1) soft-copy of all equipment manuals. 2.2. Contractor shall provide on-site set-up and installation. 2.3. Contractor shall provide training to Army Research Laboratory (ARL) personnel on-site at US Army Research Laboratory, Aberdeen Proving Ground, MD. 3. Warranty and Service 3.1. The Contractor shall provide technical support and software upgrades for a minimum of three (3) years from date of contract award. 3.2. The warranty shall include the following: 3.2.1. An annual preventative maintenance visit; 3.2.2. The replacement of all defective parts at no additional cost to the Government; A response time of 48 hours from the time the Government contacts the Contractor with a request for service to diagnose and propose a plan to repair the CSI system. (vii) Delivery is required by twenty (20) weeks After Date of Contract. Delivery shall be made to U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5066. Acceptance shall be performed at Government. 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: Not Applicable (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: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because these items are commercial in nature and therefore, anyone in the market place would be able to satisfactorily provide them. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. 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 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. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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: FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2016) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.225-25 -- PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN REPRESENTATION AND CERTIFICATIONS (OCT 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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM - ARL EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 22 August 2018, by 11:59AM Eastern Standard Time (EST) via email to Nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez, (575) 678-4979, Nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bbd219edc366391c4c464a2303c8677b)
 
Place of Performance
Address: Aberdeen Proving Ground, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05040223-W 20180818/180816231122-bbd219edc366391c4c464a2303c8677b (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.