Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

54 -- Diffusion Bonded Beryllium Window - Provisions and Clauses

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-19-Q-0259
 
Point of Contact
Karen A. Tran, Phone: 5756784963
 
E-Mail Address
karen.a.tran.civ@mail.mil
(karen.a.tran.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Combined Synopsis-solicitation 1. Solicitation Number: W911QX-19-Q-0259 2. Title: One (1) Diffusion Bonded Beryllium Window - Sole Source Notice 3. Classification Code: 54 4. NAICS Code: 332999 5. Response Date: 09/18/2019 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 6. Description: Disclaimer: 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. NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE 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). The name of the company the Government intends to award a contract to is: Materion ELECTROFUSION 44036 S. Grimmer Boulevard, Fremont, CA 94538-6346. 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. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. For purposes of this acquisition, the associated NAICS code is 332999. The small business size standard is 750 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - DIFFUSION BONDED BERYLLIUM WINDOW, QTY OF ONE (1) Specifications/Requirement: The Government requires the purchase of one (1) Diffusion Bonded Beryllium Window, in accordance with the below Salient Characteristics: The contractor shall provide a IF-5 Diffusion Bonded 0.020' thick beryllium window to an actively cooled assembly, over 2 0.978' x 4.325' apertures, with a copper center section with a rotatable 8.0' conflate flange and non-rotatable on the other. Beryllium SurfaceFinish: 0.2μm Ra. - Parts to be leak tight to 1 x 10-9 atm-cm3/sec He. - Provide customer approval drawing after the receipt of purchase order. - Material: IF-1® brand beryllium, 99.8% beryllium assay minimum by specification. - Material: IF-5® brand beryllium, 99.5% beryllium assay minimum by specification. - Diffusion bonded assemblies are guaranteed bakeable to 450° C. - Where surface finishes of 0.2μm to 0.8μm (8μin to 32μin) Ra are offered, they will be achieved through a mechanical buffing process. The appearance of this material will be shiny, but faint grind lines will still be visible to the unaided eye. Roughness measurements will be lower in the direction of the grind lines than they will be transverse to the grind lines. If the surface needs to be visibly free of grind lines, then optical polishing to a roughness of 0.1μm (4μin) Ra or better will be required. Delivery: Delivery is required within 14 weeks after notice to proceed is given after award. Delivery shall be made to the Aberdeen Proving Ground, Director, ARL, 328 Hopkins Rd., Aberdeen Proving Ground, MD, 21005-5068. Acceptance shall be performed at Aberdeen Proving Ground, Director, ARL, 328 Hopkins Rd., Aberdeen Proving Ground, MD, 21005-5068. The FOB point is Aberdeen Proving Ground, Director, ARL, 328 Hopkins Rd., Aberdeen Proving Ground, MD, 21005-5068. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set forth in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. The provision at FAR 13.106-2, Evaluation of Quotations or Offers is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (b) of that provision are as follows: See Notice of Intent to Sole Source above. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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. V. 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: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 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 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION 52.232-36 PAYMENT BY THIRD PARTY DFARS: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.211-7003, ITEM IDENTIFICATION AND VALUATION 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7000 BUY AMERICAN---BALANCE OF PAYMENTS PROGRAM CERTIFICATE. 252.225-7001 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7010, LEVIES ON CONTRACT PAYMENTS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA VI. 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): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000 DISCLOSURE OF INFORMATION LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT NOTICE OF INTENT TO SOLE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016) TAX EXEMPTION CERT. (ARL) RECEIVING ROOM - WSMR DFARS COMMERCIAL CLAUSES EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT PAYMENT TERM ADELPHI CONTR. DIVISION URL PAYMENT INSTRUCTIONS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as n/a VIII. The following note(s) apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). Offers are due on 09/18/2019, by 3:00PM eastern standard time. Submissions should be emailed to Karen Tran at karen.a.tran.civ@mail.mil For information regarding this solicitation, please contact Karen Tran karen.a.tran.civ@mail.mil (575) 678-4963. Please be advised that.zip and.exe files cannot be accepted. Place of Performance: Aberdeen Proving Ground, Director, ARL, 328 Hopkins Rd., Aberdeen Proving Ground, MD, 21005-5068.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddf0adabbb2e7c4f22f2433945e04250)
 
Place of Performance
Address: 21005, United States
Zip Code: 21005
 
Record
SN05438507-W 20190912/190910231148-ddf0adabbb2e7c4f22f2433945e04250 (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.