Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

J -- Preventative Maintenance for SXM 320

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-05-821-6805
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Point of Contact
Lisa Wells, Contract Specialist, Phone 301-975-8171, Fax 301-975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
Lisa.Wells@nist.gov, Michael.Szwed@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 2005-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $6 million. This procurement is being competed on an unrestricted basis. The National Institute of Standards and Technology (NIST), has a requirement for a not-to-exceed six (6) visits each for the a preventative maintenance service for a SXM 320 in accordance with the Performance Work Statement (PWS). PWS BACKGROUND NIST has purchased an atomic force microscope dedicated to measurement and calibration of critical dimensions (also called linewidths) on semiconductor wafer surfaces. This instrument is a key component of a new Nanomanufacturing Program in the Manufacturing Engineering Laboratory. The instrument is called the SXM 320. It includes the most advanced technology that can be acquired in sidewall sensing technology in order to perform the sensitive linewidth measurements. NIST needs to ensure that the SXM 320 remains fully operational. Therefore, NIST must develop a service contract with a Contractor having the tools and hands-on experience to perform the required periodic maintenance. NIST purchased the SXM from Veeco Metrology Group, a company with headquarters in Santa Barbara CA. SCOPE OF WORK NIST seeks to obtain Contractor support to maintain the Critical Dimension Atomic Force Microscope, known as the SXM 320 s/n L80352, in normal working condition to enable measurements and calibration of linewidth artifacts. 1)To service, calibrate, and check the operation of the SXM as needed, but a minimum of twice and maximum of six times. 2)During each service visit, to perform any required repairs; in particular: to replace any malfunctioning components. 1)Up to six onsite service visits ? as required ? within the eighteen months of the period of performance or date of final service call, or whichever is sooner. 2) Replacement parts when these are required. 3) Records of work performed, repairs made, and parts replaced during each visit. A fully operational SXM 320 with capability for linewidth measurement with 2 nm or better repeatability SPECIFIC TASKS Travel to NIST Gaithersburg site for each of the service trips. Travel expenses must be included in the firm-fixed price of the service call. Onsite checkout, tune-up, and repair of SXM 320, s/n L80352 to bring to normal working condition during each service trip to include replacing malfunctioning parts and disposing of replaced parts. DELIVERABLES AND REPORTS By the end of each service visit, provide profiling data indicating that the instrument is in normal working condition or recommendations concerning the components that need to be delivered or purchased by NIST to bring the instrument to full operational capability Records of work performed, repairs made, parts replaced, and/or parts required during each visit. Replacement components not currently in NIST's inventory of replacement parts. DELIVERABLE DUE DATES AND/OR PERIOD OF PERFORMANCE As needed on a per-call basis Date of purchase order acceptance through eighteen (18) months or date of final service call, or whichever is sooner. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION The SXM 320, s/n L80352; spare parts for this instrument, which are currently located in Room A07, Bldg 220 or Room F005, Bldg 218. The contract line items for this request for quotation are as follows: LINE ITEM 0001: Quantity: Six (6) (Not-to-Exceed); Unit: Each Preventative maintenance service for a SXM 320 in accordance with the Performance Work Statement (PWS). LINE ITEM 0002: Quantity: (1) Not-to-Exceed; Lot; Unit:(NTE $4,000) Replacement Components for SXM 320, as needed . List each type of replacement part that may be needed during the 18 months for the SXM 320 and a firm-fixed price for each of them that will remain valid during the life of the purchase order. DELIVERY FOR BOTH ITEM 0001 AND 0002 SHALL BE FOB DESTINATION. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items; Clauses: 52.204-7, Central Contractor Registration; 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: 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; and 52.214-35 Submission of Offers in U.S. Currency. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003) (a) This clause is applicable to all contracts that include information technology resources or services in which the Contractor must have physical or electronic access to DOC's sensitive or classified information, which is contained in systems that directly support the mission of the Agency. For purposes of this clause that term "Sensitive" is defined by the guidance set forth in: (1) The DOC IT Security Program Policy and Minimum Implementation Standards (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html); (2) The Office of Management and Budget (OMB) Circular A-130, Appendix III, Security of Federal Automated Information Resources, (http://csrc.nist.gov/secplcy/a130app3.txt) which states that there is a "presumption that all general support systems contain some sensitive information."; and (3) The Computer Security Act of 1987 (P.L. 100-235) (http://www.epic.org/crypto/csa/csa.html), including the following definition of the term sensitive information "... any information, the loss, misuse, or unauthorized access, to or modification of which could adversely affect the national interest or the, conduct of federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (The Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy." For purposes of this clause, the term "Classified" is defined by the guidance set forth in: (1) The DOC IT Security Program Policy and Minimum Implementation Standards, Section 3.3.1.4 (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html); (2) The DOC Security Manual, Chapter 18 (http://www.osec.doc.gov/osy/). (3) Executive Order 12958, as amended, Classified National Security Information. Classified or national security information is information that has been specifically authorized to be protected from unauthorized disclosure in the interest of national defense or foreign policy under an Executive Order or Act of Congress. Information technology resources include, but are not limited to, hardware, application software, system software, and information (data). Information technology services include, but are not limited to, the management, operation (including input, processing, transmission, and output), maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. The Contractor shall be responsible for implementing sufficient Information Technology security, to reasonably prevent the compromise of DOC IT resources for all of the contractor's systems that are interconnected with a DOC network or DOC systems that are operated by the Contractor. (b) All Contractor personnel performing under this contract and Contractor equipment used to process or store DOC data, or to connect to DOC networks, must comply with the requirements contained in the DOC Information Technology Management Handbook (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html), or equivalent/more specific agency or bureau guidance as specified immediately hereafter in accordance with NIST IT security policy. (c) For all Contractor-owned systems for which performance of the contract requires interconnection with a DOC network or that DOC data be stored or processed on them, the Contractor Shall: (1) Provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The plan shall describe those parts of the contract to which this clause applies. The Contractor's IT Security Plan shall comply with federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.) and the Federal Information Security Management Act of 2002, Pub. L. No. 107-347, 116 Stat. 2899, 2946-2961 (2002); Pub. L. No. 107-296, 116 Stat. 2135, 2259-2273 (2002). 38 WEEKLY COMP. PRES. DOC. 51, 2174 (Dec.23, 2002) (providing statement by President George W. Bush regarding Federal Information Security Management Act of 2002). The plan shall meet IT security requirements in accordance with Federal and DOC policies and procedures that include, but are not limited to: (a) OMB Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources (http://csrc.nist.gov/secplcy/a130app3.txt); (b) National Institute of Standards and Technology Special Publication 800-18, Guide for Developing Security Plans for Information Technology Systems (http://csrc.nist.gov/publications/nistpubs/800-18/Planguide.PDF); and (c) DOC Procedures and Guidelines in the Information Technology Management Handbook (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html). (d) National Industrial Security Program Operating Manual (NISPOM) for classified systems (http://www.dss.mil/isec/nispom.htm); and (e) NIST IT security policy will be available upon request after award. (2) Within 14 days after contract award, the contractor shall submit for DOC approval a System Certification and Accreditation package, including the IT Security Plan and a system certification test plan, as outlined in DOC IT Security Program Policy, Sections 3.4 and 3.5 (http://home.osec.doc.gov/DOC-IT-Security-Program-Policy.htm). The Certification and Accreditation Package must be consistent with and provide further detail for the security approach contained in the offeror's proposal or sealed bid that resulted in the award of this contract and in compliance with the requirements stated in this clause. The Certification and Accreditation Package, as approved by the Contracting Officer, in consultation with the DOC IT Security Manager, or Agency/Bureau IT Security Manager/Officer, shall be incorporated as part of the contract. DOC will use the incorporated IT Security Plan as the basis for certification and accreditation of the contractor system that will process DOC data or connect to DOC networks. Failure to submit and receive approval of the Certification and Accreditation Package, as outlined in DOC IT Security Program Policy, Sections 3.4 and 3.5 (http://home.osec.doc.gov/DOC-IT-Security-Program-Policy.htm) may result in termination of the contract. (d) The Contractor shall incorporate this clause in all subcontracts that meet the conditions in paragraph (a) of this clause. Payment will be made in arrears on a basis no more frequently than monthly. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (a) Contractor personnel requiring any access to systems operated by the Contractor for DOC or interconnected to a DOC network to perform contract services shall be screened at an appropriate level in accordance with Commerce Acquisition Manual 1337.70, Security Processing Requirements for Service Contracts. DOC shall provide screening using standard personnel screening forms, which the Contractor shall submit to the DOC Contracting Officer's Technical Representative (COTR) based on the following guidance: 1) Contract personnel performing work designated Contract High Risk and personnel performing work designated Contract Moderate Risk in the information technology (IT) occupations and those with "global access" to an automated information system require a favorable pre-employment check before the start of work on the contract, regardless of the expected duration of the contract. After a favorable pre-employment check has been obtained, the Background Investigation (BI) for Contract High Risk and the Minimum Background Investigation (MBI) for Contract IT Moderate Risk positions must be initiated within three working days of the start of work. 2) Contract personnel performing work designated Contract Moderate Risk who are not performing IT-related contract work do not require a favorable pre-employment check prior to their employment; however, the Minimum Background Investigation (MBI) must be initiated within three working days of the subject's start of work on the contract, regardless of the expected duration of the contract. 3) Contract personnel performing work designated Contract Low Risk will require a National Agency Check and Inquiries (NACI) upon the subject's start of work on the contract if the expected duration of the contract exceeds 365 calendar days. The NACI must be initiated within three working days of the subject's start of work on the contract. 4) Contract personnel performing work designated Contract Low Risk will require a Special Agreement Check (SAC) upon the subject's start of work on the contract if the expected duration of the contract (including options) exceeds 180 days but is less than 365 calendar days. The SAC must be initiated within three working days of the subject's start of work on the contract. 5) Contract personnel performing work on contracts requiring access to classified information must undergo investigative processing according to the Department of Defense National Industrial Security Program Operating Manual (NISPOM), (http://www.dss.mil/isec/nispom.htm) and be granted eligibility for access to classified information prior to beginning work on the contract. The security forms may be obtained from the cognizant DOC security office servicing your bureau, operating unit, or Departmental office. At the option of the government, interim access to DOC IT systems may be granted pending favorable completion of a pre-employment check. Final access may be granted only on completion of an appropriate investigation based upon the risk level assigned to the contract by the Contracting Officer. (b) Within 5 days after contract award, the Contractor shall certify in writing to the COTR that its employees, in performance of the contract, have completed annual IT security awareness training in DOC IT Security policies, procedures, computer ethics, and best practices, in accordance with DOC IT Security Program Policy, section 3.13 (http://home.osec.doc.gov/DOC-IT-Security-Program-Policy.htm). The COTR will inform the Contractor of any other available DOC training resources. (c) Within 5 days of contract award, the Contractor shall provide the COTR with signed Nondisclosure Agreements as specified in Commerce Acquisition Regulation (CAR), 1352.209-72, Restrictions Against Disclosures. (d) The Contractor shall afford DOC, including the Office of Inspector General, access to the Contractor's and subcontractor's facilities, installations, operations, documentation, databases, and personnel used in performance of the contract. Access shall be provided to the extent required to carry out a program of IT inspection, investigation, and audit to safeguard against threats and hazards to the integrity, availability, and confidentiality DOC data or to the function of computer systems operated on behalf of DOC, and to preserve evidence of computer crime. (e) The Contractor shall incorporate this clause in all subcontracts that meet the conditions in paragraph (a) of this clause. 1352.209-72 RESTRICTIONS AGAINST DISCLOSURE (MARCH 2000) a. The Contractor agrees, in the performance of this contract, to keep the information furnished by the Government and designated by the Contracting Officer or Contracting Officer's Technical Representative in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The Contractor agrees to immediately notify the Contracting Officer in writing in the event that the Contractor determines or has reason to suspect a breach of this requirement. b. The Contractor agrees that it will not disclose any information described in Subsection A to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. QUOTATION SUBMISSION INSTRUCTIONS Offerors shall read FAR 52.212-1 and submit two (2) complete copies of their quotation in accordance with paragraph (b) of that provision. Each quote shall include items (1) through (11) of FAR 52.212-1(b), to include past performance information noted in (10). PRICING MUST BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER DOCUMENTS. PRICING MUST INCLUDE (A) A FIRM-FIXED-PRICE FOR ITEM 0001 FOR EACH OF SIX SERVICE CALLS AND (B) A NOT-TO-EXCEED CEILING PRICE OF $4,000.00 FOR CLIN 0002, ALONG WITH A DETAILED LIST OF POSSIBLE REPLACMENT PARTS THAT MAY BE NEEDED DURING THE 18 MONTHS AND A FIRM-FIXED-PRICE FOR EACH OF THEM. Ouote shall include written evidence that the offeror is authorized by Veeco Metrology, Inc. to perform the required service. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lisa Wells, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Questions regarding this RFQ shall be emailed to lisa.wells@nist.gov so that they are received by August 18, 2005. NIST will publish an amendment to this RFQ to provide answers to questions received by that date. Quotes must be received by 3:30:00 p.m. eastern time on August 26, 2005. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED. No payments will be made for the deliverables before the Technical Contact indicates written acceptance of the deliverables after acceptance testing. NIST intends to award a purchase order to the offeror whose quote represents the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotes based on the following evaluation criteria: (1) The extent to which the offered solution meets or exceeds minimum RFQ specifications, (2) Past Performance Information, and (3) Evaluated Price. (1) and (2), when combined, are significantly more important than (3). Past Performance information will be evaluated to determine the overall quality of the products and services provided by the offeror. Evaluation of past performance information may be based on information obtained from the references provided by the offeror and/or information obtained from other sources. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If quotes are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice should be made to the Contract Specialist at 301-975-8171. 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, and 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, offerors 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 offers 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 delivery. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/Reference-Number-05-821-6805/listing.html)
 
Place of Performance
Address: 100 Bureau Drive Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00871139-F 20050817/050815213228 (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.