Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

66 -- Semiconductor Device Analyzer

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0291
 
Archive Date
7/6/2010
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
*** AMENDMENT 01 DATED 10 JUNE 2010 Request for Quote FA8751-10-Q-0291 is amended to revise the Item 1 Description. A. Item 1 is revised to read: "Item 1: Semiconductor device analyzer Qty: 1 Description: complete parametric test solution semiconductor device analyzer capable of performing current versus voltage (IV) measurements, capacitance versus voltage (CV), capacitance versus time (Ct) and capacitance versus frequency (Cf) measurements, and quasi-static CV (QSCV) measurements; with Microsoft Windows XP Professional operating system; supporting ten plug-in module slots; quantity of four (4) medium power source/monitor units each with -100V to 100V, -100mA to 100mA range of operation and 0.5 microV, 10fA resolution measure; with 60Hz line frequency, software and measurement libraries, power cord, 3m triaxial cable, quantity of nine (9) 3m interlock cables, ground unit for triaxial cable, keyboard, mouse, stylus pen, and ground unit to Kelvin adapter; with one year return to manufacturer warranty (Agilent B1500A mainframe and B1511A-FG monitor unit, OR EQUAL)" B. The response date remains the same. *** This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0291 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100608. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Service Disabled Veteran Owned Small Business set aside. The NAICS code is 334413 and small business size standard is 500 employees. The contractor shall provide the following line items on a Firm Fixed Price (FFP) basis. Offerors must quantify the warranty term and include shipping FOB Destination in the total price. Item 1: Semiconductor device analyzer Qty: 1 Description: complete parametric test solution semiconductor device analyzer capable of performing current versus voltage (IV) measurements, capacitance versus voltage (CV), capacitance versus time (Ct) and capacitance versus frequency (Cf) measurements, and quasi-static CV (QSCV) measurements ; with Microsoft Windows XP Professional operating system; supporting ten plug-in module slots; high power source/monitor unit with -200V to 200V, -1A to 1A range of operation and 2 microV, 10fA resolution measure; with 60Hz line frequency, software and measurement libraries, power cord, 3m triaxial cable, 3m interlock cable, ground unit for triaxial cable, keyboard, mouse, stylus pen, and ground unit to Kelvin adapter; with one year return to manufacturer warranty (Agilent B1500A mainframe and B1511A-FG monitor unit, OR EQUAL) Equipment shall be factory new. Used, refurbished, or pre-owned equipment will not be accepted. Brand name or equal quotes will be accepted in response to this solicitation. Offerors shall specify at least the same warranty terms, including extended warranties, offered to the general public in commercial practice. The expected delivery date is 16 weeks after award. The place of delivery, acceptance, and FOB Destination point is F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, Rome NY, 13441-4516. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) MONDAY 21 JUNE 2010. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8401 or by email: to richard.childres@rl.af.mil. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) No past performance information is necessary. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause will apply to items quoted with a unit price greater than or equal to $5,000. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation - Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: PRICE, TECHNICAL CAPABILITY, and DELIVERY, all of approximately equal importance. The representations and certifications found in the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The clause at DFARS 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 following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following FAR and FAR Supplements clauses and provisions also apply: 52.211-6 Brand Name or Equal 52.247-34 FOB Destination 252.211-7003 Item Identification and Valuation 252.232-7010 Levies on Contract Payments 5352.201-9001 Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0291/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02174003-W 20100612/100610235003-eae8983ad112e3003af6bc54c8b79312 (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.