Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

66 -- Microelectromechanical Char System - Solicitation FA7000-10-R-0019

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWW09205A001
 
Archive Date
2/9/2010
 
Point of Contact
Michelle E. Desmarias, Phone: 719-333-2965, Elizabeth Lawson, Phone: 719-333-3929
 
E-Mail Address
michelle.desmarais@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(michelle.desmarais@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation FA7000-10-R-0019, please read thoroughly and pay special attention to IUD requirments. The due date for submitting quote is now 25 JAN 2010 at 4pm, MST, not 22 Jan 2010 as indicated on the SF1449, due to posting issues on FEDBIZOPS. No quote provided after this time and date will be accepted. This is a combined commercial synopsis/solicitation for a requirement in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is attached. This solicitation is issued as a Request for Quote (RFQ), solicitation number FA7000-10-R-0019, in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-38, Effective 11 Jan 2010 and class deviation 2009-O0009. This acquisition is not set-aside for small business and is being posted as "unrestricted". The National Acquisition Industrial Classification Standard Code (NAICS) proposed is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. The small business size standard is 500 employees. The 10th Mission Support Group, Directorate of Contracting, United States Air Force Academy (USAFA) Colorado has a specific requirement for the purchase of a MEMS characterization system. Please pay special note to the Evaluation Criteria and the Proposal Contents and Instructions outlined below. CLIN 0001 MEMS characterization system (to include shipping and Unique Item Identification) The MEMS characterization system must consist of the following components: A Design/simulation software, high-resolution optical microscopy, three-dimensional optical profilometry, and a low-current probe station. These systems may be integrated and/or operated as stand-alone components in order characterize the systems we'll be using here at USAFA. The system must be able to interface with systems already available at other USAF facilities, specifically the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB. AFIT's MEMS characterization lab consists of a ZYGO white light interferometer, Micromanipulator probe stations, Karl Zeiss microscopes, and COMSOL Multi-physics suite with MEMS module. 1. The design/simulation software must be able to provide fairly quick physical analysis of devices and optimize designs and prototypes through exhaustive digital experimentation. 2. The high-resolution optical microscope must be suitable for material analysis with x,y,z movement, be able to be equipped with multiple objectives (up to 100x), able to communicate with a controller (PC), and must have the ability to capture digital images that can be processed in software to obtain measurements. It should be equipped with a high-resolution camera for digital capture of images. It should also be equipped with software that allows for measurement (depth, length, etc.) of devices being viewed. 3. The probe station must be a high performance manual system capable of handling up to 8-inch wafers. It needs to come integrated with a high-resolution microscope equipped with multiple objectives. The manipulator must be able to move in all three directions (X,Y,Z) with fine control. The probe holders must be able to be handled easily under the microscope. Preferably, it must come with a thermal controller ranging from 0 degrees Celsius to 400+ degrees Celsius. It also needs to be equipped with a light tight enclosure capable of filtering out ambient light. Needs to isolate vibration. 4. The three-dimensional profilometer must be a non-contact white light interferometer capable of producing 3D surface metrology of devices under test at various resolutions/zoom factors. It must be equipped with an automated x, y, z positioned to manipulate devices being tested. It must be able to generate high-resolution images that allow the characterization of MEMS devices such as critical dimensions, curvatures, surface roughness, etc. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. Potential offerors are reminded that in accordance with DFARS 252.204-7004 all contractors are required to be registered with the Central Contractor Registration (CCR) database in order to conduct business with the Department of Defense (DoD). Lack of registration in the CCR database will make an offeror ineligible for award. The website is located at http://www.ccr.gov/ The Provision at 52.212-1, Instructions to Offerors-Commerical, applies to acquisition. Addenda to this are included in the solicitation and are also outlined below. The Provision at 52.212-2, Evaluation -- Commercial Items, also applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical Solution and Considerations; (iii) Past Performance and Special Considerations; Technical and past performance, when combined, are equally important when compared to price. Addenda to this are included in the solicitation and are also outlined below. Please provide a complete copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. The Clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items apply to this acquisition. DFARS Clauses that apply include 252.211-7003 Unique Item Identification, 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), 252.232-7003, Electronic submissions of Invoices (May 2006), 252.225-7001, Buy American Act. Please pay special attention to include the requirement for Unique Item Identification when providing a quotation. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) ADDENDUM TO FAR 52.212-1 THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2008) Addendum to 52.212-1(b), Submission of Offers. Submit signed and dated offers to 10 CONS/LGCB, Michelle Desmarais, Contract Specialist, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers must be submitted by the date and time specified in blocks 6 and 8 on the SF 1449, except as specified below in Part III - Past Performance Information, paragraph (f). The date for quote submittal has changed from 22 Jan 2010 at 4pm, MST to 25 Jan 2010, 4pm, MST due to problem posting the solicitation on FEDBIZOPs. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS a. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and PART II- TECHNICAL DATA AND INFORMATION, PART III- PAST PERFORMANCE INFORMATION. b. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. c. Specific Instructions: 1. PART I - PRICE - Submit original and one (1) copy a. Complete blocks 12, 17a, 19, 20, 21, 22, 23, 24, 30(a) (b) and (c) of the SF1449. In doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION, with attachments. The SOLICITATION constitutes the model contract. b. Insert proposed UNIT and EXTENDED prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units in accordance with the bid schedule found on page 3 of this solicitation. Pricing should include all shipping and Unique Item Identification cost. c. Either complete Representations and Certifications in ORCA at https://orca.bpn.gov or the necessary fill-ins and certifications in provisions FAR 52.212-3. If FAR 52.212-3 is completed in hard copy it shall be returned along with the contractor's proposal. 2. PART II- TECHNICAL DATA AND INFORMATION. Offerors are responsible for including enough technical data and information in their quote submission on all offered products, systems, and components for the technical point of contact to make a reasonable determination that the products/systems/components offered are technically acceptable. Provided information must show whether the offer complies fully with the solicitation and required specifications; will perform necessary functions; is compatible with government specified systems; and the quality of the product. Quote submissions that do not provide enough data will not be considered. 3. PART III- PAST PERFORMANCE INFORMATION - Only references for same or similar type products or contracts are desired. Submit original and one (1) copy. (a) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Past Performance Information: The government will evaluate the quality and extent of an offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of no more than five (5) references of the most relevant contracts performed for commercial customers, Federal agencies, or other military organizations that have used, or are currently using the same or similar service proposed for this contract. Relevancy is defined as: Relevant - Present/Past performance effort involved much of the same or similar requirements as defined in the specifications to include other type of bags with the same or similar scope, magnitude, and complexity this solicitation requires. Somewhat Relevant - Present/Past performance effort involved some of the same or similar requirements as defined in the specifications to include other type of bags with the same or similar scope, magnitude, and complexity this solicitation requires. Not Relevant - Present/Past performance effort involved either very limited or no services similar in scope, magnitude, and complexity this solicitation requires. If a teaming arrangement is contemplated, identify the work the subcontractor will be performing if you are relying on the subcontractor's past performance (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. The evaluation of past performance information will take into account past performance information regarding key personnel who have relevant experience or subcontractors that will perform major critical aspects of the requirement when such information is relevant to the instant acquisition. Contracts older than three years will not be considered. Furnish the following information for each reference: (i) Company/Division name (ii) Services provided (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified up-to-date name, address, email address, FAX and telephone number(s) for each company Point of Contact. (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (d) Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only viewed by Government personnel directly involved in the evaluation process for this acquisition. (e) Contracts provided must be recent, meaning services performed or completed in the past three years. (f) Past performance reference information shall be submitted separately from the cost proposal. This information is due no later than noon, MST time on 20 January 2010. Send to 10 MSG/LGCB, Attn: Michelle Desmarais, Contract Specialist, 8110 Industrial Drive, Suite 200, USAF Academy CO 80840-2315 at email michelle.desmarais@usafa.af.mil. ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). a. BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in accordance with FAR Parts 12 and 13 in which competing offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The evaluation will be conducted using simplified procedures outlined in FAR 13.106. In accordance with simplified procedures, contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. c. The evaluation process shall proceed as follows: Step 1. Rank all proposals by price. The evaluation process will be conducted in accordance with FAR 13.106 using the following process. The contracting officer is allowed to make comparative analysis of offers to establish best overall value to the government. Step 2 - Evaluate approximately 2-3 of the lowest priced quotes for technical acceptability, if applicable, and price reasonableness starting with the lowest priced offer. If none of the three lowest priced offers are found to be acceptable, the next lowest priced offer will be evaluated, and the process will continue until 2 or more offers are found to be technically acceptable. If after reviewing all offers, only one is found to be technically acceptable, the contractor may be requireed to ask the offeror to supply more information to make a price fair and reasonable determination. Offers will receive a technical rating of either acceptable or non-acceptable. Step 3. Assess performance confidence for 2-3 of the lowest priced technically acceptable offerors utilizing performance information provided by the contractor, performance questionaires, PPRIRS, or any other reasonable basis. Using questionnaires, the contracting officer shall seek relevant performance information based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances contracts that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. d. A technical review will be accomplished on all offer: a) to ensure offered product meets all product specifications and requirements of the solicitation b) to ensure products will meet the compatibility needs of the governments, and c) to assess quality of offered products. Offers will receive a technical rating of either ACCEPTABLE or NON-ACCEPTABLE. e. The performance assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence or Unknown Confidence as defined in AFFARS Mandatory Procedures 5315.3, Table 3 and shown below. Offerors with no relevant or recent past or present performance history shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. Confidence ratings are defined as follows: SUBSTANTIAL CONFIDENCE: Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE: Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITIED CONFIDENCE: Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE: Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE: No performance record is identifiable or the offeror's performance record is limited that no confidence assessment rating can be reasonably assigned. f. Past performance regarding predecessor companies, key personnel who have relevant experience or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information from the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. If the prime contractor has no past performance and is relying on their subcontractor's past performance, the prime contractor will be assessed an unknown confidence rating and, depending on the past performance information on the subcontractor, their past performance will be assessed as defined in AFFARS Mandatory Procedures 5315.3, Table 3 (shown above) and then the two ratings will be combined. g. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. h. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. i. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. j. Offerors are cautioned to submit sufficient information and in the format specified in the proposals preparation instructions. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors would not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. k. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest of the government. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWW09205A001/listing.html)
 
Place of Performance
Address: USAFA, CO, US Air Force Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02046923-W 20100123/100121235401-2d3583b589d93613f0cb67074cf1e1ae (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.