Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

66 -- Resistive Evaporative Vacuum Coating System

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-03-Q-0643
 
Response Due
7/22/2003
 
Archive Date
8/6/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
joni.laster@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quote.*** The National Institute of Standards and Technology has a requirement for One (1) Resistive Evaporative Vacuum Coating System.***All interested offerors shall provide a quote for the following: Line Item 0001: One (1) Resistive Evaporative Vacuum Coating System meeting or exceeding the following specifications: (1) Multiple (at least two (2), switch able, 2 kVA or higher resistive sources to evaporate different targets onto sample without breaking vacuum; (2) Rotating sample holder for even deposition over 4" diameter substrates and mounts for multiple (at least three (3)) 1" x 2" samples with motorized feedthroughs; (3) Pressure gauges for both high and low vacuum monitoring; (4) Sample mounts above evaporative source; (5) Turbo molecular high vacuum pump with flow of at least 260 1/s. Dual-stage mechanical pump; (6) Single touch automatic pump down control from atmosphere to high vacuum operating pressures in under 10 min with source interlocks; (7) Simple turn-key operation for standard evaporation of metals onto substrates; (8) Pre-assembled upon delivery with minimal installation required by NIST, [except for attachment of utilities (NIST will be responsible)] and (9) Film thickness monitor with closed-loop shutter control tied to the thickness monitor.***The Contractor shall state the warranty coverage provided for line item 0001.***Delivery shall be provided no later than 12 weeks after receipt of an order and shall be FOB Destination. As defined in the Federal Acquisition Regulation, (FAR), FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical and price will be considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (ii) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases and (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s), and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. EST on July 22, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-03-Q-0643/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00366977-F 20030710/030708221827 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.