Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

66 -- Furnace Systems

Notice Date
8/13/2003
 
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
SB1341-03-Q-0760
 
Response Due
8/26/2003
 
Archive Date
9/10/2003
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333994 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. Reference Numbered Note 12. *** The National Institute of Standards & Technology (NIST) has a requirement for the purchase of three (3) furnace systems to provide state-of-the-art equipment for continuing semiconductor processing for the Advanced Metrology Laboratory (AML), Nanofabrication Facility at NIST Gaithersburg. This equipment will be an upgrade to three (3) obsolete/outdated Thermco systems currently owned by NIST. This upgrade will provide improved safety features, improved process control, allow flexibility for wafer sizes up to 6?, and introduce vendor equipment and application support. The systems must provide for three (3) individual units, two (2) Atmospheric, and one (1) Low Pressure. Delivery, installation, start-up & training shall also be included. ***All interested parties shall provide a quote for the following line items. Specifications for all line items are stated in the RFQ attachment located at http://www.fedbizopps.gov/ under solicitation number SB1341-03-Q-0760. All equipment shall be new and not refurbished. LINE ITEM 0001: quantity two (2) each Atmospheric Systems in accordance with specifications identified in Attachment I; LINE ITEM 0002: quantity one (1) each Low Pressure System in accordance with specifications identified in Attachment I; LINE ITEM 0003: Installation in accordance with specifications identified in Attachment I; LINE ITEM 0004: Training in accordance with specifications identified in Attachment I. ***Delivery shall be FOB Destination. 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 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. ***Delivery and installation of the furnace systems shall be completed on a date as mutually agreed between the Government and the Contractor. Delivery and installation shall be completed not later than September 30, 2004. ***All specifications shall be successfully demonstrated before final acceptance and final payment by the Government. Warranty shall commence upon final acceptance by the Government. ***Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria, in descending order of importance: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Contractor Field Support Services, 3) Past Performance, 4) Past Experience; and Price. Technical Capability, Contractor Field Support Services, Past Performance, and Past Experience, when combined, are more important than price. ***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered products meet or exceed all specifications stated in the attachment. *** Contractor Field Support Services will be evaluated to determine that the Contractor maintains: Customer support field service engineers, all or most of which are U.S. Citizens, who have or are capable of obtaining appropriate security clearances, to ensure timely warranty and/or post warranty system repairs; Replacement components/available spare parts that can be delivered within 24 hours or next day shipped; and 24 hours, 7 day technical support. ***Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or the quoter?s recent and relevant procurement history with NIST or NIST affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Past Experience will be evaluated to determine the degree of the vendor?s experience in providing, installing, and servicing comparable furnace system for the types of applications described herein. Past experience shall be evaluated based on information provided in the quotation and/or through information obtained by references. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.219-22 Small Disadvantaged Business Status. CLAUSES: 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.219-9, Small Business Subcontracting Plan (JAN 2002) with Alternate II; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (15) 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; (23) 52.225-5, Trade Agreements; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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. ***SMALL BUSINESS SUBCONTRACTING PLAN: In accordance with FAR Subpart 19.5 The Small Business Subcontracting Program, if subcontracting opportunities exist, quoters classified as Large Business under NAICS Code 333994, shall be required to submit a Small Business Subcontracting Plan in accordance with the format in Attachment II, U.S. DEPARTMENT OF COMMERCE, SMALL, SMALL DISADVANTAGED AND WOMEN OWNED SMALL BUSINESS MODEL SUBCONTRACTING PLAN OUTLINE. A SMALL BUSINESS SUBCONTRACTING PLAN, IN ACCORDANCE WITH THE FORMAT IN ATTACHMENT II, MUST BE SUBMITTED WITH THE QUOTATION. ***All quoters shall submit the following: 1) An original and two (2) copies of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) Documentation that quoter has the capability to manufacture equipment in a Class 1000 or higher manufacturing environment, and assemble, package and seal equipment in a certified Class 100 environment; 6) One (1) completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far. 7) For Large Business ? A Small Business Subcontracting Plan in accordance with the format identified in Attachment II. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Quoters shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 3:00 p.m. local time on August 26, 2003.***FAX & E-MAIL QUOTES WILL NOT BE ACCEPTED. *** SECURITY REQUIREMENTS: Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-8172. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, quoters who do not provide a 48 hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete deliver
 
Place of Performance
Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00399437-W 20030815/030813213344 (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.