Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

66 -- Oxide Molecular Beam Epitaxy System

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-08-R-KK06
 
Response Due
8/18/2008
 
Archive Date
7/31/2009
 
Point of Contact
Kevin M King, Phone: 202-767-1495, F. Janilea Bays,, Phone: 202-767-2974
 
E-Mail Address
kevin.king@nrl.navy.mil, jan.bays@nrl.navy.mil
 
Small Business Set-Aside
N/A
 
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. This synopsis/solicitation replaces Solicitation N00173-08-R-KK03, which has been cancelled. The solicitation, N00173-08-R- KK06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26 and DFARS Change Notice 20080513. The associated small business size standard is 500 employees. NRL has a requirement for a Molecular Beam Epitaxy (MBE) system for Oxides (CLIN 0001). Option Items for CLIN 0001 include Additional Ports (CLINS 0002 through 0006), an Aluminum Effusion Source (CLIN 0007), Aluminum Effusion Cell Shutter (CLIN 0008), Aluminum Effusion Source Power Supplies (CLIN 0009), Aluminum Effusion Source Temperature Controllers (CLIN 0010), Residual Gas Analysis System (CLIN 0011), RHEED Electron Gun (CLIN 0012), Quartz Crystal Rate Monitor (CLIN 0013), Sample Wafer Holders (CLIN 0014), a Spare Parts Kit (CLIN 0015), System Automation (CLIN 0016) and a Flux Monitoring Ion Gauge (CLIN 0017). Offerors may propose on any or all of the option items. Any option items may be exercised at any time up to nine months after the date of award. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/08kk06.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, F.O.B. Destination. Delivery shall be no later than 300 days from date of award. 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)Proposals will be evaluated on the extent to which the proposed instrument is compatible with the existing VG V80H MBE wafer mounts, wafer transfer mechanisms, effusion cell designs, and control electronics. 2)Proposals will be evaluated on the extent to which the proposed instrument is flexible enough to permit the study of a wide variety of materials over its operational life. This evaluation factor will also include an evaluation of the number of effusion cell ports, shutters, and measurement and characterization ports proposed. Also to be evaluated is whether an additional high-conductance UHV pumping port is provided. 3)Proposals will be evaluated on the quality of the components supplied, the quality of the system design, and the extent to which the capabilities proposed are demonstrated with documentation provided with the proposal. 4)Proposals will be evaluated on the extent to which the proposed instrument is as compact as possible while meeting the required specifications and permitting future expansion. 5) Proposals will be evaluated on the price proposed. 6) Proposals will be evaluated on the extent to which the offeror has demonstrated good performance in the past. The factors above are listed in descending order of importance. Factors 3, 4 and 5 are equal in value. All evaluation factors other than price, when combined, are significantly more important than price. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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, FAR 52.219-4, FAR 52.219-8, FAR 52.219-28, 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, FAR 52.222-39, FAR 52.222-50, FAR 52.225-13, FAR 52.232-33, 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, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023, DFARS 252.247-7024..The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252.225-7013 One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-5896 (primary) or (202) 767-0430 (alternate). In addition, proposals may be transmitted by e-mail to kevin.king@nrl.navy.mil (primary) or jan.bays@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. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 23 June 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/14onsite.htm 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 3 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
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=410eae07142938e819d736de3e755890&tab=core&_cview=1)
 
Place of Performance
Address: Naval Research Laboratory, 4555 Overlook Ave., Washington, District of Columbia, 20375-5326, United States
Zip Code: 20375-5326
 
Record
SN01629193-W 20080803/080801222449-410eae07142938e819d736de3e755890 (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.