Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

H -- Proton Test Time at Test Facility

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
NTS100018512
 
Archive Date
6/4/2010
 
Point of Contact
Roxana C. Nichols, Phone: 7037675766, Carla May, Phone: 703-767-7874
 
E-Mail Address
roxana.nichols@dtra.mil, carla.may@dtra.mil
(roxana.nichols@dtra.mil, carla.may@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The Defense Threat Reduction Agency is soliciting for issuance of a Blanket Purchase Agreement (BPA) to no more than six (6) Testing Facilities for High Energy Cyclotron Test Facility to perform radiation testing of technology developed by the Radiation Hardened Microelectronics (RHM) Program and other government organizations. The Test Facility shall provide beam time to DTRA contractors in support of Single Event Effects (SEE) testing of microelectronics devices. The beam time will be either Low Energy Protons, High Energy Protons or High Energy Ions, which will be provided over an appropriate area at energies between approximately 20 to 200 MeV and at fluxes between approximately 1E6 and 1E11 p/cm 2 sec, as mutually agreed upon by user and facility operator. Real time beam monitoring, dosimetry as well as standard user support services shall be provided by the Test Facility. Reasonable attempts will be made to address any user concerns such as, for example, noise or shielding issues. Designated contractors (users) and their respective beam time allocation (in hours) for each facility visit will be authorized by DTRA in advance of any testing. Authorized users will schedule their tests directly with the facility. It has been determined that 264 Hours of facility time annually will be required to test all of the deliverables. The following services shall be provided and based on the requirements of high energy (~15MeV per nucleon), with penetration depth of about 100-300 micrometers depending on ion, and ability to change ions within a timely manner (two hours) for continued testing and data collection: The contractor shall provide cyclotron test facility time. The contractor shall provide all support required to ensure that the cyclotron beam is functioning correctly and providing the correct beam output to support the testing, and document the beam characteristics during the test. The contractor shall provide a cyclotron facility beam status report for all test sessions. Deliverables: The contractor shall provide a Beam Parameter report for each test run. The award of the BPA will be issued in accordance with the Simplified Acquisition Procedures under FAR Part 13. The solicitation number for this requirement issued is NTS100018512. Interested parties who believe that they can meet the Government's requirement are requested to submit in writing an affirmative response along with hourly cost for the usage of the test facility; all responses must include detailed technical information and other technical literature demonstration the ability to meet the above requirements. In your response, you must address each of the items listed above in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirements. Affirmative written response must be received no later than fifteen days after publication of this synopsis. The award will be based upon lowest priced, most technically acceptable. A written solicitation will not be issued. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-07. The applicable NAICS Code for this requirement is 541380 with size standard of $12.0 and 611310 with a size standard of $7.0. Maximum Per Call amount will be $25,000.00. This acquisition is restricted to Colleges and Universities and Commercial businesses. The total threshold value of the Blanket Purchase Agreement shall not exceed $1M for a total of five years. The Period of Performance for this task will be base year plus four option years. The following provisions apply to this solicitation, 52-212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 52-212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33 Payment of EFT-CCR; 52.247-34, F.O.B. Destination. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses apply 252.204-7004 Required Central Contractor Registration. The following DFAR provisions are incorporated by reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7035 Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate. The following DFAR clauses cited in this clause are applicable to this acquisition: 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.225-7036 Buy American Act - Free Trade Agreement-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea and 252.247-7022 Notification of Transportation of Supplies by Sea. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, vendor is encouraged to be registered in the DoD Central Contractor Registration database ( http://www.ccr.gov ). Any questions should be submitted in writing via fax number 703-767-4246 or emailed to roxana.nichols@dtra.mil. No contract will be awarded under this procurement at greater than fair and reasonable prices. The full text version of any clause or provision may be found on http://farsite.hill.af.mil/vffara.htm (FAR) or http://farsite.hill.af.mil/VFDFARs.htm (DFAR). No bidders list will be maintained by this office. No paper copies of this RFQ/amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer noncompliant and result in rejection of the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/NTS100018512/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02143003-W 20100508/100506235607-ea64377a2d62fb8cf5e5cdbdf31399a4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.