Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOLICITATION NOTICE

66 -- III-V-Molecular Beam Expitaxy Valve Cracker Package for Varian Gen II MBE Machine

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
333295 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-CB02
 
Response Due
3/27/2007
 
Archive Date
3/27/2008
 
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, N00173-07-R-CB02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-15 and DFARS Change Notice 20070212. The NAICS code is 333295. The associated small business size standard is 500 employees. NRL has a requirement for Contract Line Item Number (CLINS) as follows: CLIN 0001 The contractor shall provide a III-V Molecular Beam Expitaxy Valved Cracker Package for Varian Gen II MBE machine in accordance with Attachment No. 1 for a quantity of one (1) LO. CLIN 0002 (NSP) The contractor shall provide test data or documentation verifying that their product meets ALL of the listed requirements and is a tested technology. General statements, that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFPs specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. CLIN 0003 (NSP) The contractor is responsible for installing and integrating the molecular beam expitaxy valved cracker package. CLIN 0004 (NSP) The contractor shall provide their standard training for this package. CLIN 0005 (NSP) The contractor shall provide manuals and specifications for use with their package. CLIN 0006 (NSP) The contractor shall provide a one year commercial warranty for this package. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 60 days from date of award for the cracker package, CLIN 0001. Delivery shall be no later than 46 days from date of award for the test data, CLIN 0002. Installing and integrating of the cracker package and providing their standard training shall be no later than 74 days from date of award, CLIN 0003 and 0004. Delivery shall be no later than 60 days from date of award for the manuals and specifications and commercial warranty, CLIN 0005, and CLIN 0006. Inspection and Acceptance of the package will be accomplished by the Technical Manager 7 days after successful installation and integration of the III-V Molecular Beam Expitaxy Valved Cracker Package at NRL . All responsible sources may submit a proposal which shall be considered by the agency. The proposed contract is full and open competition. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/rfp/07cb02.htm 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 package offered to meet NRLs needs (2) Price and (3) Past Performance. Technical and past performance when combined are of equal importance compared to price. The contractor shall demonstrate that they have past experience in setting up and maintaining this equipment. The contractor shall provide at least 2 customer names and phone number as reference 46 days from date of contract award. 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/repsandcerts.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: FAR 52.203-6, 52.219-4, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222.37, 52.222-39, FAR 52.225-13, FAR 52.232-33 and FAR 52.247-64. 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. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A.. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-6197 (primary) or (202) 767-5896 (alternate). In addition, proposals may be transmitted by e-mail to cheri.burkhardt@nrl.navy.mil (primary) or carol.parnell@nrl.navy.mil (alternate) in either Microsoft Word or pdf format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete; original signed proposal at a later date. 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 concerning the RFP no later than 10 business days before the response date of this solicitation. 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. The package should be marked with the solicitation number, due date and time. 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, offerors 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/rfplist.htm
 
Record
SN01242036-W 20070303/070301221802 (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.