Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

66 -- Electron Beam Evaporation System with XDS Dry Running Backing/Roughing Pump

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0115
 
Response Due
7/20/2006
 
Archive Date
8/4/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-06-T-0115 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, 19 May 2006, and class deviation 2005-0001. This acquisition is FULL AND OPEN COMPETITION, competition is unrestricted and all potential sources capable of providing the minimum requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334413. This RFQ has one line item: 1 each - Electron Beam Evaporation System with XDS Dry Running Backing/Roughing Pump. The minimum requirements for this item are attached to this announcement. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2004), which are attached to this announcement. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is most advantageous to the Government and conforms to the requirements in this solicitation. The Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact?s name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; shipping terms are required to be FOB destination, please confirm with quote; and warranty information, Quotations may be in any format but MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Requirements, attachment 3, hereto. A general overview, general comparison, or statement such as ?able to provide the requirements? or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.202-1, Definitions, 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (The clauses that are check marked as being applicable to this purchase are: - 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government - 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; - 52.219-8, Utilization of Small Business Concerns; -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; - 52.222-36 Affirmative Action for Workers with Disabilities; - 52.222-37 Employment Reports on Special Disable Veterans; - 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; - 52.225-1, Buy American Act, Supplies - 52.225-2, Buy American Act ? Balance of Payments, Program Certificate - 52.225-13 Restrictions on Certain Foreign Purchases; and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration] [end fill in for 52.212-5]; 52.233-3 Protest After Award; 52.242-13, Bankruptcy; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); and 52.252-6 Authorized Deviations in Clauses (the fill in portion of this clause is: Defense Federal Acquisition Regulation (48 CFR Chapter 2). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership of Control by Government of a Terrorist Country; 252.209-7003, Compliance with Veterans Employment Reporting Requirements 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items: [The clauses that are check marked as being applicable to this purchase are: - 252.203-3 Gratuities; - 252-212-7000, Offeror Representations and Certifications ? Commercial Items; - 252.212-7001, - 252.225-7000, Buy American Act -- Balance of Payments Program Certificate; - 252.225-7001, Buy American Act and Balance of Payment Program; - 252.225-7012, Preference for Certain Domestic Commodities; - 252.232-7003, Electronic Submission of Payment Requests; - 252.243-7001, Pricing of Contract Modifications; - 252.243-7002, Requests for Equitable Adjustments; and, - 252.247-7023, Transportation of Supplies by Sea] [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities; 252.204-7004 (Alt), Required Central Contractor Registration The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201: Ombudsman [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil.] [end fill in for 5352.201-9201]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications ? Mar 2005 (Return with quotation) 2. FAR 52.212-1, Instructions to Offerors 3. Minimum Requirements Quotations AND completed representations and certifications are due by 1:00 p.m. (EST), THURSDAY, 20 July 2006, to: Shelley Deardorff, 88 CONS/PKBB. Fax is 937-257-3926 (ATTN: Shelley Deardorff). E-mail is Shelley.Deardorff@wpafb.af.mil. Mailing Address (include phone in address): ATTN: Shelley Deardorff (Phone: 937-522-4604) 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Shelley Deardorff at Phone 937-522-4604.
 
Place of Performance
Address: Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01085627-W 20060712/060710220659 (fbodaily.com)
 
Source
FedBizOpps 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.