Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

59 -- Sole Source - 4H-Silicone Carbide (SiC) Epitaxial Wafers IDIQ

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0314
 
Response Due
9/9/2015
 
Archive Date
11/1/2015
 
Point of Contact
DeAnna Sivage, 575-678-4963
 
E-Mail Address
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i): Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to is Cree Inc, 4600 Silicon Dr, Durham, NC 27703-8475. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number is W911QX-15-T-0314. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015. (iv) The associated NAICS code is 334413. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Base Contract: CLIN 0001 Indefinite Delivery/Indefinite Quantity, Contract Maximum: $141,858. The Contractor shall supply 4H-Silicone Carbide (SiC) Epitaxial Wafers in accordance with the IDIQ Requirements Document and Pricing Matrix attached in the solicitation/award. Specific requirements and pricing will be set forth in each Delivery Order (DO). First Delivery Order: CLIN 0001 Quantity: two (2) Unit of Issue: Each. The Contractor shall deliver two (2) 4H-SiC Epitaxial Wafers, Item Number W4NPE4C-U2S4, in accordance with the IDIQ Requirements Document and Pricing Matrix. (vi) Description of requirements: See attached IDIQ Requirements Document and Pricing Matrix. (vii) Delivery is required by eight (8) weeks after receipt of order (ARO). Delivery shall be made to Aberdeen Proving Ground (APG), MD, 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD, 21005. The FOB point is Aberdeen Proving Ground (APG), MD, 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: The Offeror shall provide a proposal in response to the Basic PWS and Pricing Matrix. Additionally, the Offeror shall provide a proposal for the first Delivery Order as identified in Paragraph (v) above. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer: N/A - Sole Source (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013); 52.219-28, Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity for Workers with Disabilities; 52.222-35 Equal Opportunity for Veterans (Jul 2014); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-37 Employment Reports on Veterans (Jul 2014); 52.222-50, Combating Trafficking in Persons (March 2, 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013); 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); 252.211-7003, Item Unique Identification and Valuation (Dec 2013); 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013); 252.225-7001, Buy American and Balance of Payments Program (Nov 2014); 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments Program - Basic (Nov 2014); 252.232-7003, Electronic Submission of Payment Requests and Receiving (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.247-7023, Transportation of Supplies by Sea (Apr 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 - System for Award Management (July 2013); 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran - Representation and Certifications (December 2012); 252.204-0009, Contract-wide: by Fiscal Year (Sep 2009); 252.204-7000 Disclosure of Information (Aug 2013); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); Fill-in/Full Text: 52.216-18 Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-22 Indefinite Quantity (Oct 1995) APG-ADL-B.5152.204-4409, ACC-APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411, Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407, Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400, Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418, Tax Exemption Certification (Sep 1999); APG-ADL-H.5152.211-4401, Receiving Room Requirements - APG Alternate I (Jan 2003); APG-ADL-B.5152.206-4400, Intent to Solicit Only One Source (Sep 2003); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 252.232-7006 Wide Area Workflow Payment Instructions (May 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 09 September 2015 by 11:59 AM EST, via email to Ms. DeAnna Sivage, Contract Specialist, deanna.m.sivage.civ@mail.mil, 575-678-4963. (xvii) For information regarding this solicitation, please contact Ms. DeAnna Sivage, Contract Specialist, deanna.m.sivage.civ@mail.mil, 575-678-4963.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/529847d5ccfc86acf816b060e54163ae)
 
Place of Performance
Address: U.S. Army Research Laboratory Aberdeen Proving Ground (APG) APG MD
Zip Code: 21005-5001
 
Record
SN03868426-W 20150904/150903000147-529847d5ccfc86acf816b060e54163ae (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.