Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

66 -- Parts and Service for a Veeco Gen-II MBE - DFARS Clauses

Notice Date
4/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0180
 
Archive Date
5/22/2012
 
Point of Contact
Keith M. Brandner, Phone: 9375224625, Richard E. Fries, Phone: 9375224527
 
E-Mail Address
keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil
(keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DFARS 252.209-7999 DFARS 252.209-7998 This is a combined synopsis/solicitation for parts and service needed for a Veeco Gen-II Molecular Beam Epitaxy (MBE) System, was prepared in accordance with the format in Federal Acquisition Requirements (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 number for this requirement is FA8601-12-T-0212 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 April 2012. This solicitation document is Full and Open Competition under North American Industry Classification System Code 811219. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: The specific technical requirements of procurement are as follows: - Service requirements are for the repair of a 400g SUMO® effusion cell to include a new cell head with filaments and thermocouples, new feedthroughs as needed, and Outgas & Test procedures. The service will be conducted at the contractor's facility and shall include return shipment costs. - Replacement parts needed for refurbishing the Veeco Gen-II MBE System include: o (Quantity: 2 each) 400g SUMO® Pyrolytic Boron Nitride (PBN) Crucible with Lip  Part Number: 204052 o (Quantity: 4 each) Heat Shielding Pack for 400g SUMO® Source  Part Number: 205611 o (Quantity: 1 each) 400g Al-SUMO® PBN Crucible  Part Number: 205023 o (Quantity: 2 each) Heat Shielding Pack for 400g Al-SUMO®  Part Number: 206458 o (Quantity: 1 each) Gen-II Buffer Chamber Extension  Gen-II Buffer Chamber Extension is required for reconfiguring the Gen-II MBE to extend operations into a clean room environment  Requirements for this Part: 1. Made of stainless steel, either 304 L or 316 L 2. 8" CF flange connections 3. Inner diameter of tube approximately 6.13" 4. Able to withstand internal outgassing temperatures of several hundred degrees Celsius 5. Able to withstand external bakeout temperatures of 200 degrees Celsius 6. Length of tube between 36" and 48" in length 7. Track to carry wafer chariot that fits seamlessly with existing VEECO GEN II track on the system - Only the parts listed above or acceptable due to interchangeability requirements of the system. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3 and DFARS 252.212.7000, Representations and Certifications 12) Completed DFARS 252.209-7998 and DFARS 252.209-7999 Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 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: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions All Quotations and responses must be received no later than 10:00 AM, Eastern Standard Time on 7 May 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Keith.Brandner@wpafb.af.mil via a PDF or Word compatible attachment Any questions should be directed to Keith Brandner at Keith.Brandner@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0180/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02733959-W 20120429/120428000308-02b1d6a5f88c02ed99314ef43436e2bf (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.