Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2003 FBO #0504
SOLICITATION NOTICE

66 -- Inductively Coupled Plasma Reactive Ion Etching System

Notice Date
4/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-CR05
 
Response Due
5/16/2003
 
Archive Date
4/16/2004
 
Point of Contact
Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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 solicitation, N00173-03-R-CR05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-01-13 and DFARS Change Notice 20030331. The associated NAICS code is 334510 and the small business size standard is 500 employees. NRL has a requirement for one each (CLIN 0001) Inductively Coupled Plasma Reactive Ion Etching System, which includes installation, commercial warranty, and technical data such as drawings, schematics and servicing procedures. The system has three optional items (CLIN 0002), one each laser end point detector integrated with the system controller, (CLIN 0003), one each additional spare clamp with sputter guard for 3, 4, and 6 inch wafers, and (CLIN 0004), additional inductively coupled plasma tube. The Government reserves the right to exercise any or all options at time of contract award. The options may be exercised by the Contracting Officer giving written notice any time prior to contract completion. Delivery of optional items will be determined at time of option exercise, if exercised. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than ninety days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical capability of the item offered to meet the Government requirement; 2. price; and 3. past performance. Technical and past performances, when combined, are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, 52.233-3. 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.239-1. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: 252.205-7000, 252.219-7003, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional FAR clauses apply: 52.203-3, 52.203-8, 52.203-10, 52.214-31, and 52.217-5. The following additional DFAR clause will apply: 252.204-7004. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/03CR05.htm
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/N00173/N00173-03-R-CR05/listing.html)
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00305704-F 20030418/030416222148 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.