Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2023 SAM #7844
SOLICITATION NOTICE

66 -- Optical Profilometer

Notice Date
5/18/2023 10:59:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333248 —
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923Q0264
 
Response Due
5/23/2023 9:00:00 AM
 
Archive Date
05/24/2023
 
Point of Contact
Deborah Brett, Phone: 7574431348
 
E-Mail Address
DEBORAH.D.BRETT.CIV@US.NAVY.MIL
(DEBORAH.D.BRETT.CIV@US.NAVY.MIL)
 
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 Part 13, 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 Sam.gov (https://sam.gov/). At the time of solicitation closing date, the quoter shall submit their quote via electronic submittal to Deborah.d.brett.civ@us.navy.mil. Only electronic submissions shall be accepted. The RFQ number is N0018923Q0231. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 (effective 26 April 2023) and DFARS Publication Notice 20230322 (effective 22 March 2023). 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333248�and the Small Business Standard is 750 (# of employees). The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract. The proposed contract action is for the acquisition for an Optical Profilometer in accordance with the Statement of Work (SOW).� Please see SOW below: STATEMENT OF WORK Optical Profilometer 1.0 BACKGROUND: �� The technical curriculum at the United States Naval Academy (USNA) has a number of teaching and research activities that involve microfabrication. An Optical Profilometer supports microfabrication buy characterizing surface profiles and roughness.��� 2.0 OBJECTIVES:� � The objective of this requirement is to acquire an Optical Profilometer to support the existing microfabrication facility at the United States Naval Academy. The system will support teaching and research activities in several academic departments.��� 3.0 SCOPE: � The contractor shall provide a brand-new Optical Profilometer with the specified options. The contractor shall deliver the system in accordance with the requirements detailed in the section below.� 4.0 REQUIREMENT:� � The contractor shall provide the system in accordance with the below specifications that meets or exceeds the ProFilm3D Optical Profilometer from Filmetrics. The contractor shall ensure that all associated equipment is in proper functional operating condition.� 4.1 System size: compact ~305mm x 305mm x 550mm 4.2 System weight: ~15kg 4.3 XY stage: automated 100x100mm 4.4 WLI, GLI, autofocus, 4-position turret 4.5 Software for data acquisition and viewer with stitching option (permanent license)� 4.6 Two objective lenses 10X and 20X 4.7 Thickness range: 50nm - 10mm 4.7 Delivery: The system shall be completely delivered by May 31, 2023.� 5.0 PLACE OF PERFORMANCE.� � The contractor shall deliver the system to Naval Academy Hopper Hall. �6.0 FACILITY REQUIREMENTS Base Access 7.0 QUALITY CONTROL:� � Upon completion of the delivery, representatives from the USNA ECE department will ensure the performance standards of this SOW are met within the quality levels, delivery, and other standards of the contract. If performance is within acceptable levels, it will be considered satisfactory. If not, overall performance may be considered unsatisfactory.� 8.0 POINT OF CONTACT Technical point of contact is Associate Professor Hatem ElBidweihy elbidwei@usna.edu 410-293-6181 CLIN� � � � � � � � � � � � � �Description� � � � � � � � � � � � �Quantity� � � � � � � � � � � � �Unit of Issue� � � � � � � �Price 0001� � � � � � � � � � � � � � Optical Profilometer� � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � 1� � � � � � � � � � � � � � $ as described by the SOW, ProFilm3D Optical Profilometer from Filmetrics, 4.1 System size: compact ~305mm x 305mm x 550mm 4.2 System weight: ~15kg 4.3 XY stage: automated 100x100mm 4.4 WLI, GLI, autofocus, 4-position turret 4.5 Software for data acquisition and viewer with stitching option (permanent license) 4.6 Two objective lenses 10X and 20X 4.7 Thickness range: 50nm - 10mm 4.7 Delivery: The system shall be completely delivered by May 31, 2023.. The following FAR provision and clauses are applicable to this procurement: ADDENDUM TO 52.212-1 - INSTRUCTIONS TO OFFERORS In addition to FAR 52.212-1, �Instructions to Offerors � Commercial Items� and any other instructions contained elsewhere in this solicitation, the following instructions are provided. The Government intends to award a Firm Fixed Price (FFP) purchase order as a result of this solicitation in accordance with FAR Part 12 and FAR Part 13. Award will be made to the quoter whose quote is most advantageous to the Government under the selection criteria set forth in this solicitation. The Government intends to evaluate quotes and award a contract based on initial quotes. INSTRUCTIONS FOR SUBMISSIONS OF QUOTES: (1) Quote shall be submitted electronically no later than the due date of the solicitation via Sam.gov. (2) Quoters shall comply will all Sam.gov instructions for uploading attachments and inserting CLIN amounts. This includes the following: Completing Sam.gov quote submission Quote shall include the following legend on each page: Source Selection Information FAR 2.101 and FAR 3.104 QUOTE CONTENT: The quote should contain the following items in addition to other information required by this solicitation. The Quote should indicate the following: � Solicitation Number � Name and Address of Quoter, and Cage Code � Point of Contact name, telephone number, and email address � Quote valid of 30 days following the solicitation closing date The selection of a quoter for the purchase order will be conducted in two phases. Phase I will consist of Factor I � Meets minimum requirements of the Salient Characteristics and Specification in the Statement of Work. Quoters receiving a rating of �Acceptable� in Phase I shall move on to Phase II, which consists of Factor II � Price. The selection of a quoter for award will be conducted on a Lowest Price Technically Acceptable (LPTA) with brand name or equal basis.This will be done by ranking quotes which moved on to Phase II according to price. A quoter�s proposed prices will be determined by adding all extended amounts for the CLINS. If the lowest priced quote is evaluated as technically acceptable, that quote represents the best value for the Government, and the evaluation process stops at this point. Award shall be made to that quoter without further consideration of any other quotes. Phase I Factor I � Meets Minimum Requirements of the Salient characteristics in accoradance of all specifications. Factor I will be evaluated on an Acceptable/Unacceptable basis on its submission of a quote for a product that meets the minimum requirements of brand name or equal of the Specification Sheet. This will be evaluated in accordance with the Technical Acceptable/Unacceptable Ratings Table, �Table 1� below. Failure to submit the required specifications will result in a rating of unacceptable. Phase II Factor II � Price Total price will be evaluated taking into the account the total FFP. Price analysis will be used to evaluate price reasonableness. The Government may evaluate any and all information submitted by the vendor to support the reasonableness of prices proposed. The method of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer. A written order in response to the vendor�s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered. Vendors responding to this solicitation are advised that, prior to award, the Government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Rating Tables Technical Acceptable/Unacceptable Ratings Table TABLE I Rating� � � � � � � � � � � � � � � � � � �Description Acceptable� � � � � � � � � � � � � �Quote clearly meets the minimum requirements of the solicitation according to the Specification� � � � � � � � � � � � � � � � � � � � � � � � � � �sheet and brand name or equal. Unacceptable� � � � � � � � � � � �Quote does not clearly meet the minimum requirements of the solicitation according to the� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Specification sheet and brand name or equal. No partial bids or additional items will not be accepted. Failure to quote all part numbers or add additional items will result in ineligibility for award. In order to assist in the contracting officer�s price analysis, additional price information may be required and may consist of copies of historical price/sales information supported by copies of paid invoices OR price breakdown of all cost elements. The price submission is not page limited, but is strictly limited to price information. Please see attched Clauses and Providsions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d5b7bdcb3c34702ac8cd37140762e74/view)
 
Place of Performance
Address: Annapolis, MD 21402, USA
Zip Code: 21402
Country: USA
 
Record
SN06687824-F 20230520/230519212000 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.