SOLICITATION NOTICE
66 -- Purchase Replacement Parts and Maintenance for GENII MBESystem
- Notice Date
- 9/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 1940 Allbrook DriveSuite 3Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601-08-T-0097
- Response Due
- 9/26/2008
- Archive Date
- 10/26/2008
- Point of Contact
- Yvonne Thacker, 937 522-4531<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared in accordance with Simplified Acquisition Procedures (FAR Part 13) and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. Written solicitation will not be issued. Solicitation FA8601-08-T-0097 is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13.The Air Force Research Laboratory (AFRL/RXOS) at Wright-Patterson AFB, Ohio has a requirement to purchase replacement parts and maintenance for GENII MBE System. Responding vendors shall include descriptive literature (catalog sheets) with the quotations to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsitation and the salient characteristics of the items offered. See attached specification requirements. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTE.DELIVERY: Requested estimated delivery as soon possible after order is placed by AFRL and in accordance with the attached statement of work.FOB: DESTINATION. (FAR 52.247-34) Vendor shall deliver the item to AFRL/RXOS, 2941 P Street, Suite 1, Bldg. 652, Room 131, Area B, Wright-Patterson AFB, Ohio 45433-7788.This requirement is full and open competition. NAICS Code is 334516. Business Size Standard is 500 employees.Solicitation Provisions and Clauses apply to this acquisition and are hereby incorporated: FAR 52.203-3 Gratuities; FAR 52.203-6 Alt I Restrictions on Subcontractor Sales To The Government; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7 Central Contractor Registration (CCR); FAR 52.209-6 Protesting the Governments Interest when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52-211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial supplemented by the above instructions. FAR 52.212-2 Evaluation Commercial Items, paragraph (a) Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the items offered to meet the Government requirement and price, with technical capability being approximately equal to price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Contractor shall be registered in Online Representations and Certifications Application (ORCA)). FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items (DEVIATION); FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services Fill-In: 15 calendar days; FAR 52.217-9 Option to Extend the Term of the Contract Fill-In: (a)15 calendar days; 60 calendar days; (c) 5 years, 6 months; FAR 52.219-8 Utilization of Small Business Concerns; 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 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1 Buy American Act Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-18 Place of Manufacture; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.253-1 Computer Generated Forms; FAR 52.252-1 Solicitation Provision Incorporated by Reference (Fill-In: http://farsite.hill.af.mil); FAR 52.252-2 Clauses Incorporated by Reference (Fill-In: http://farsite.hill.af.mil); DFARS 52.252-5 AUTHOZIED DEVIATIONS IN PROVISIONS Fill-in: (48 CFR Chapter 1) Defense Federal Acquisition Regulation (48 CFR Chapter 2); DFARS 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES Fill-In: (48 CFR Chapter 1), Fill-in: Defense Federal Acquisition Regulation (48 CFR Chapter 2); DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Validation (Fill-in: all items with a value over $5000.00); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7012 Preference For Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications; AFFARS 5352.201-9101 OMSBUDSMAN; AFFARS 5352.223-9001 Health and Safety on Government Installation.If you would like to receive notice of any amendments and/or addendums that may be issued to this synopsitation, you must register below. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contract financing will not be provided for this acquisition. Be advised that all correspondence sent via e-mail shall contain a subject line that reads FA8601-08-T-0097. If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments via e-mail, ensure only.PDF, doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. The e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents.Contractor shall be registered in CCR (website: http://ccr.gov) and ORCA (website: https://orca.bpn.gov/login.aspx) prior to award. The Government reserves the right to not make an award.NOTICE TO OFFERORS: Any award resulting from this solicitation will include Electronic Submission of Payment Request. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing statutory requirements. Use of the basic system is at no cost and the winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices to the production system, contractors must register for an account at http://wawf.eb.mil/.Interested parties are required to submit their quotes to Mrs. Yvonne Thacker, 88th CONS/PKA, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309, AC937 522-4531 or via e-mail at yvonne.thacker@wpafb.af.mil or by fax to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include business name, and contact information. ** ALL QUOTES ARE DUE BY 4:00 PM EST 26 Sep 2008. (E-mail is the preferred method for submission of quotes.) List of MBE system Components (Parts as of indicated in GEN II Documentation or Upgrade Components)Basic Pumping Station Kit 982-4001-08-Ion Pumps, Cryo Pumps, Sorptioon Pumps;Sump Closed Loop Cyroshroud Option 981-4001-23; Growth Chamber Assembly with E-gun Ports 981-4001-49; CAR assembly 3 Inch with Water Cooling; Growth Chamber Ion Gauge Control Unit-Granville Philips 303 Ion Gauge Controller; Source Flange Assembly; Bakeout Kit; Buffer Chamber Kit 981-4001-44; Buffer/Analysis Transfer Kit, Three Inch; Heated Station for Transition Tube, Three Inch; Buffer Chamber Ion Gauge Control Unit; Entry/Exit Chamber Option 981-4001-78; Entry/Exit Ion Gauge Control Unit; Electronics Cabinet 981-4001-17; Molecular Beam Kit 981-4001-38; Trolley Kit Three Inch 981-4001-54; Automation Kit, Single Chamber 981-4001-90; VEECO Effusion Cells and Power modules-Power modules with 818, 905, 2404, 2408 and PID other controllers from VEECO As valved crackers, Sb crackers valved and non valved. Gallium, Indium, Aluminum, Silicon, Beryllium, CBr4, Hydrogen Radical, As well as other VEECO Efusion Cells and controllers. Also all electronics and plumbing associated with the operation and use of any of the above. QUOTE SCHEDULE0001 BASE PERIOD: 1 Oct 2008 through 30 Sep 2009 EST. $ 30,000.00 Purchase Replacement Part for Varian/VEECO GEN II MOD Molecular Beam Exitaxy (MBE)System for AFRL/RXPS. Part shall be furnished at current published catalog price, less any applicable government discounts and in no event shall the price charged be in excess of contractors price to his most favored customer. 0002Preventive and or Remedial (On-Call) Maintenance EST 40 HRS @$________/hrand Repairs of item listed above when requested from customer. 0003 Travel Expenses (related to CLIN 0002 above) EST. $5,000.00 (See Travel Expense Clause/Statement in order) 1001 OPTION I: 1 Oct 2009 through 30 Sep EST. $ 30,000.00 Purchase Replacement Part for Varian/VEECO GEN II MOD Molecular Beam Exitaxy (MBE)System for AFRL/RXPS. Part shall be furnished at current published catalog price, less any applicable government discounts and in no event shall the price charged be in excess of contractors price to his most favored customer. 1002Preventive and or Remedial (On-Call) Maintenance EST 40 HRS @$________/hrand Repairs of item listed above when requested from customer. 1003 Travel Expenses (related to CLIN 0002 above) EST. $5,000.00 (See Travel Expense Clause/Statement in order) 2001 OPTION II: 1 Oct 2010 through 30 Sep 2011 EST. $ 30,000.00 Purchase Replacement Part for Varian/VEECO GEN II MOD Molecular Beam Exitaxy (MBE)System for AFRL/RXPS. Part shall be furnished at current published catalog price, less any applicable government discounts and in no event shall the price charged be in excess of contractors price to his most favored customer. 2002Preventive and or Remedial (On-Call) Maintenance EST 40 HRS @$________/hrand Repairs of item listed above when requested from customer. 2003 Travel Expenses (related to CLIN 0002 above) EST. $5,000.00 (See Travel Expense Clause/Statement in order) 3001 OPTION III: 1 Oct 2011 through 30 Sep 2012 EST. $ 30,000.00 Purchase Replacement Part for Varian/VEECO GEN II MOD Molecular Beam Exitaxy (MBE)System for AFRL/RXPS. Part shall be furnished at current published catalog price, less any applicable government discounts and in no event shall the price charged be in excess of contractors price to his most favored customer. 3002Preventive and or Remedial (On-Call) Maintenance EST 40 HRS @$________/hrand Repairs of item listed above when requested from customer. 3003 Travel Expenses (related to CLIN 0002 above) EST. $5,000.00 (See Travel Expense Clause/Statement in order) 4001 OPTION IV: 1 Oct 2011 through 30 Sep 2012 EST. $ 30,000.00 Purchase Replacement Part for Varian/VEECO GEN II MOD Molecular Beam Exitaxy (MBE)System for AFRL/RXPS. Part shall be furnished at current published catalog price, less any applicable government discounts and in no event shall the price charged be in excess of contractors price to his most favored customer. 4002Preventive and or Remedial (On-Call) Maintenance EST 40 HRS @$________/hrand Repairs of item listed above when requested from customer. 4003 Travel Expenses (related to CLIN 0002 above) EST. $5,000.00 (See Travel Expense Clause/Statement in order) Performance Work Statement(17 Jun 2008)1.0BACKGROUND: The Sensors and Survivability Division (AFRL/RXPS) has a requirement for parts and maintenance of a Varian GenII Molecular Beam Epitaxy (MBE) System. All service will be performed in WPAFB AREA B building 652, room 135 and 136.1.1General: The contractor shall supply all necessary maintenance, including but not limited to, labor, repair parts, maintenance supplies, tools, test equipment, transportation and other related services to keep the system (see attached list) in good operating condition in accordance with the original equipment specifications. The contractor shall not be liable for repairs necessitated by abuse, misuse, unauthorized modifications, neglect, accidents, improper operation, or any external causes including, but not limited to, fire, water, power failures, explosions and acts of God. For the causes listed above, contractor shall submit in writing to the Government a description of work required to repair the system and request the consent of the Government to restore the equipment to good operating condition for which payment will be made under a separate contract. Maintenance service shall not include electrical work external to the equipment or the plumbing of water or gases supplies.1.2Contractor shall provide one Preventive Maintenance (PM) visit per year up to a maximum of five days, which shall include but not be limited to the following:1.Inspection, adjustment, and calibration of system for proper operation.2.Replacement of parts as indicated by the contactor after inspection of the equipment covered under this maintenance agreement.3.Unlimited technical supportThis visit will be scheduled after notification by AFRL/RXPS.1.3The contractor shall provide on-site remedial maintenance visits as required. Upon equipment failure the monitoring Government representative will provide the contractor a detailed description, via telephone, of problems encountered. When telephone diagnosis by qualified maintenance personnel is possible, Government will provide a responsible effort in replacing exchange boards, modules, and/or other components.2.0Competency of Contractor Personnel:2.1All service performed under this contract shall be performed by competent personnel, fully trained to perform the required maintenance in accordance with the best commercial practices without unnecessary delays or interference with the government functions. The maintenance personnel shall have completed applicable maintenance training specified by the original equipment manufacturer for the maintenance of the equipment involved..3.0SPARE PARTS INVENTORY, TOOLS, INSTRUMENTS: The Contractor shall maintain, within 3 days delivery time to the Wright-Patterson site, an inventory of spare parts of the type with quantities as recommended by the equipment Manufacturer (EM) for the number and type of units to be maintained. The Contractor shall also maintain such tools and instruments as necessary to properly and efficiently maintain the equipment for the life of the contract. Only new standard parts or parts at least equal in performance to and interchangeable (without alteration) with new parts shall be used in performing repairs4.0SINGLE POINT OF CONTACT: The Contractor shall identify 24 hours/7 days a week single point of contact(service facility and corresponding telephone number) for Government personnel requesting services to be performed under this contract. If the point of contact is not within the local WPAFB calling area, the contractor shall provide a toll-free number for such service. The contractor shall make answering arrangements to enable its maintenance representative to receive notice of a service request or provide an answering service or telephone coverage to permit the Government to make timely contract through all periods of coverage.5.0DAMAGED MATERIALS: The contractor shall replace any Government-owned materials which are damaged by malfunction of Contractor maintained equipment, Contractor provide equipment, or Contractor fault, with material of equal or better quality.6.0DOCUMENTATION: All documentation, software manual, repair manuals, and other aids recommended by the EM which are needed to perform maintenance under this contract, shall be obtained by the Contractor whose property it will remain. The Contractor shall acquire updated subscriptions for this documentation for the life of this contract. The Government, as a party to this contract, shall not be required to aid in the acquisition of such documentation. EM diagnostic software, or equivalent, shall be employed in performing maintenance services.7.0SECURITY CLEARANCES: Requirement for security clearance is not anticipated. If, however, security clearances are determined necessary, the Contractor shall ensure that maintenance personnel complete all security forms (personnel history, fingerprint card, other applicable details) within 30 calendar days following notification of the requirement from the Government.8.0PROOF OF RESOURCES: Upon request of the Government, the Contractor shall show evidence of proper level of resources to perform tasks under this contract, such as ownership or licensing of spare parts, diagnostic and repair tools, documentation and employment personnel.9.0MAINTENANCE: The Contractor shall provide on-call, on-site maintenance service during PPM for the equipment covered by this contract. All maintenance will be done according to the EM specifications and standards.9.1Principal Period of Maintenance (PPM): The PPM for the listed equipment shall be 0800-1700 hours as specified by the time zone at Wright-Patterson AFB) Monday through Friday, excluding Government holidays (New Years, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas).9.2Preventive Maintenance (PM): One PM visit up to a maximum of five days, which will include but not limited to the following:1.Inspection, adjustment, and calibration of system for proper operation. At a minimum the following will be done: CAR: Clean and Inspect: Main Bearings, Heater Leads, Thermocouple Leads, Beam Flux Monitor Cable, Collector Cable, Arsenic Shield, CAR Springs, Beam Flux Monitor Filaments, Thermocouple, Rotary Motion Feed Through, and CAR Heater. Source Flange: Clean and Inspect Shutter Bellows and Group III ShuttersTransfer Rods: Align and Inspect:Heated Station (Buffer Chamber): Replace SpringsGate Valves(3): Replace SealsIon Gauges(3): Replace FilamentsTitanium Sublimation Pump: Replace Ti-Ball (Growth Chamber) and Replace Ti-Filaments (Buffer Chamber) 2.Replacement of parts as indicated by the contractor after inspection of the equipment covered under Section 9.2, Paragraph 1 of this PWS will be billed under the Replacement Parts and Material line in the schedule.3.Unlimited technical support.This visit will be scheduled after notification by AFRL/RXPS.9.3Remedial Maintenance (RM): RM is corrective action after a malfunction has occurred. The contractor shall begin RM within 120 hours after notification that the equipment is inoperative. The Contractor shall perform RM after service is requested by the Government through a single point of contact. RM shall include all diagnostics, repair, and testing necessary to return equipment to good operating condition.9.4All maintenance will be documented by the Contractor in a report indicating the time the service was requested as well as the time service was completed. The report shall also contain the type of service, which was requested, with a brief description of repair action.10.0RESPONSE/REPAIR TIME:10.1The contractor shall provide a 24hour/ 7day a week telephone point of contact for receiving service calls. Down time and response time clocks start when the Government makes contact at the single point of contact and will end when the equipment is returned in good operating condition.10.2Response time for RM for equipment covered under this contract shall be within 26 hours after notification that on-site repair is needed. Response time is defined as arrival on-site.10.3Repairs shall be complete within not more than ten working days after notification. This time may include getting the system back to a base pressure of better than 10-10 torr after having performed a standard 72 hour bakeout of the system. During the bakeout time the Contractor personnel are not required to stay and therefore the Government shall not incur any debt. Repair time exceeding 10 working days is subject to the untimely repair provision.10.4All repair/ response times exclude days which occur on Saturday, Sunday, or on the Government holidays (See 10.1)11.0UNTIMELY REPAIRS: Contractor failure to repair equipment within a timely manner as established in paragraph 10.3 shall result in Contractor completion of necessary repair at no additional costs to the Government with regard to the RM contract line item. Extenuating circumstances will be considered on a case-by-case basis.12.0CONDITION OF EQUIPMENT PRIOR TO END OF CONTRACT: Prior to termination or expiration of this contract or removal of any equipment from this contract, the Contractor shall certify in writing that the equipment covered is eligible for maintenance by EM. The equipment shall be subject to inspection by the manufacturer. If any equipment is not eligible or is not in good mechanical, electrical, or operating condition; the Contractor agrees to return the equipment to a level suitable for EM maintenance, or reimburse the Air Force for any changes including but not limited to travel, parts, labor required to place equipment in good mechanical, electrical, and operating condition as specified by the EM.13.0NEW, ADDITIONAL, OR DELETED EQUIPMENT:13.1The Government may modify the contract to include additional Government-owned equipment by providing a 30-day written notice to the Contractor. The addition of this equipment must be rejected by the contractor if they do not have appropriately qualified personnel.13.2The Government may modify the contract to delete Government-owned equipment by providing a 30-day written notice to the Contractor or a shorter notice when agreed to by the Contractor. The Government may extend or cancel the date of discontinuance by submitting a written notice to the Contractor 15 days prior to the stipulated discontinuance date.13.3Equipping additions, which do not constitute a substantial increase in PM effort required of the Contractor, shall not result in adjusted contract price (i.e., addition of individual equipment items to expand system capabilities). Substantial equipment additions (i.e., addition of an entire MBE unit or system will result in adjustment of the PM line item price accordingly. The circumstances involved in each individual occurrence will be considered.14.0GOVERNMENT REGULATIONS: All contractor personnel performing work under this contract shall comply with all applicable Air Force and local regulations. Of specific concern are regulations regarding security, wearing of badges, access list and safety.15.0SITE REQUIREMENTS: The Government shall maintain equipment site requirements (electrical, air-conditioning, pressurized gases supplies, and chilled water) in accordance with the environmental specifications furnished by the OEM.16.0CONTRACTOR ACCESS: Subject to security regulations the Government shall permit the Contractor access to the equipment to be maintained. For more information on "Purchase Replacement Parts and Maintenance for GENII MBE System", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5814
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=31ba719d6ea86ed6ef6d0416dd95ceb0&tab=core&_cview=1)
- Record
- SN01672601-W 20080918/080916222951-31ba719d6ea86ed6ef6d0416dd95ceb0 (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 |