Inactive
Notice ID:1300977499
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source ...
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A determination by the Government not to compete this effort is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government will not pay for any information received. ***NOTE: Please fill-in and sign the attached provision document and include with your submission to be considered eligible. This announcement is a request for quote (RFQ). This requirement is being synopsized as an unrestricted acquisition under the North American Industry Classification System (NAICS) code 334515, , PSC code 6650. The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD intends to establish a FFP contract on a sole source basis to Konica Minolta Sensing Americas, 101 Williams Drive, Ramsey NJ, 07446. Contractor shall provide the following: 1. P/N: CAS140CT-171H, Model IR1: QTY 1 · Wavelength range 780 to 1650 nm · Spectral resolution 9 nm (100?m slit) · 2.1 nm/pixel data-point interval · Built-in shutter and order sorting filter · Filter wheel with OD1, OD2, OD3 · 15 Bit A/D converter · Detector cooling to -10°C · 512 pixel InGaAs diode array · USB Interface 2. P/N: SW-130-U1, SpecWin Pro software update for Windows 7 and 10; single device update for software licenses that are not older than 1.5 years. QTY 1. 3. P/N: TOP200-100, Basic unit with Pritchard-style optics; incl. motorized aperture wheel with 6 different measurement spot sizes, integrated view-finder camera with 752 x 480 pixel resolution, and USB interface for PC (remark: without fiber and without lens). QTY 1. 4. P/N: TOP200-203, Fiber guide with integrated mode mixing (D50, 90° version) and PLG adapter; for connection to TOP 200; fiber length 2.3 m; wavelength range 300 to 2200 nm. QTY 1. 5 P/N: CAL-190, Spectral calibration of the density filters; spectral range VIS/NIR (remark: already included in the calibration of an accessory) QTY 1. 6. P/N: SW-231-LI, DLL driver program for CAS 120, CAS 140B/CT/CTS/D and MAS 40 incl. colorimetric and photometric calculations; for Windows 7 and 10; (professional programming skills in DELPHI, C++ or Visual Basic are required); license version without CD and user`s manual. QTY 1. 7. P/N: X-400, IS - Freight IN, QTY 1. Please see attached Statement of Work. Required Period of Performance/Delivery: All items should be delivered to the Government within 60 days after receipt of the order (ARO). Acceptance and Delivery will be to: Atlantic Test Range Attn: Mike Falco 23013 Cedar Point Road, Building 2118 Patuxent River, MD 20670 Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION 2018-O0021) is incorporated by reference. Please provide the following information with your quote: CAGE Code: DUNS#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list provide a copy. All price listings will be kept confidential. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) Estimated Delivery Date or Period of Performance: Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.