Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

66 -- Ion Beam Etch and Deposition System

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
333516 — Rolling Mill Machinery and Equipment Manufacturing
 
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
N00173-05-R-CR03
 
Response Due
4/11/2005
 
Archive Date
3/9/2006
 
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, N00173-05-R-CR03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-27 and DFARS Change Notice 20050222. The associated small business size standard is 500 employees. The Naval Research Laboratory (NRL-DC) has a requirement for (CLIN 0001 ? one each) Ion Beam Etch and Deposition System. The system will be used to etch thin film coatings and provide the option of sputter depositing of thin film materials on wafers or substrates under high vacuum conditions. The system must be a high vacuum system, which must include an ion beam source to perform ion milling and a sputter deposition capability to coat a freshly milled wafer. The system must include a vacuum load lock, with rapid pump down and sample transfer. The sample stage must be capable of cooling, rotation of sample and adjustment for angle of incidence under vacuum. The contractor shall provide miscellaneous documentation, installation and training. The complete specification and other information for this synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/05CR03.htm This requirement has several optional items identified in the specifications. The contractor shall provide a standard commercial warranty for all parts and labor. Delivery and acceptance is at the Naval Research Laboratory, Washington, DC 20375, FOB Destination. Delivery for the system shall be no later than 120 days after contract award. Delivery for the options, if exercised, shall be within the contract period. 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. 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). 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. 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 identified as B and 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 clauses cited within this clause are applicable: 52.233-3, 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-29, 52.232-33 and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024, 252.204-7004 and 252.211-7003. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the Contract Specialist point of contact provided below. Paragraph (c) is completed as follows: (202) 767-0430 (primary) or (202) 767-5896 (alternate). In addition, proposals may be transmitted by email to: Wayne.Crupi@nrl.navy.mil (primary) or Jan.Bays@nrl.navy.mil (alternate) in either Microsoft Word (2000 or earlier) or pdf format. Only one signed facsimile copy is required and shall be received on or before the response date noted above, 4:00 P.M., local time. A complete original signed offer may be requested. If facsimile submission is not used, 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, Code 3220.CR. The package should be marked with the solicitation number, due date and time. All EIT supplies and services provided under any resultant contract 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. All responsible sources may submit a bid, proposal or quotation, which shall be considered by the agency. 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, offers are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm
 
Place of Performance
Address: Contractor Facility
 
Record
SN00764939-W 20050310/050308212743 (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.