MODIFICATION
36 -- TABLETOP REACTIVE ION ETCHING SYSTEM
- Notice Date
- 11/30/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333295
— Semiconductor Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0021
- Archive Date
- 12/28/2010
- Point of Contact
- Susan Hashemi, Phone: 9375224638
- E-Mail Address
-
susan.hashemi@wpafb.af.mil
(susan.hashemi@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTENTION: THIS SOLICITATION HAS BEEN EXTENDED TO 13 DECEMBER 2010. TABLETOP REACTIVE ION ETCHING SYSTEM- FA8601-11-T-0021 The U.S. Air Force wishes to procure a REACTIVE ION ETCHING SYSTEM per the specifications defined in the attached Statement of Work. The system must be designed to etch dielectrics and other films that require fluorine-based chemistries. The system shall be a small tabletop unit that is capable of processing a limited number of wafers to ensure research output is of high quality. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0021 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, 14 Oct 09. This acquisition is A SMALL BUSINESS SET-ASIDE. The associated North American Industry Classification System (NAICS) code is 333295. To qualify as a small business, the offeror must have 500 employees or fewer AND be either a manufacturer of the product or the supplier of the product of another small business manufacturer (no waiver available for this NAICS). This RFQ has ONE line item for the entire system including add-on components. The total price shall include shipping to Wright-Patterson Air Force Base and a manufacturer's warranty. A proposal must contain a total price, technical specifications for the tabletop unit and evidence of completed Representation and Certifications at https://www.bpn.gov and https://orca.bpn.gov. 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. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions. The Government reserves the right not to make an award at all. 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/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the equipment to be provided - Price **PLEASE NOTE: Abililty to comply with the technical requirements and price are approximately equal. ** 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); - 52.219-8 Utilization of Small Business Concerns (May 2004); - 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); - 52.225-13,Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By the Government of a Terrorist Country (Dec 2006) 252.211-7003 Item Identification and Valuation (Jan 2004) 252.225-7001 Buy American Act and Balance of Payments (Jun 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3 Gratuities - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (April 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Statement of Work Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 1:00 pm on 30 Nov 2010 to: Susan Hashemi, ASC/PKOB Fax: 937-904-3637 (ATTN: Susan Hashemi). E-mail: susan.hashemi@wpafb.af.mil Mailing Address: ATTN: Susan Hashemi ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Susan Hashemi at susan.hashemi@.wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0021/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02335177-W 20101202/101130233948-966a9111015ee76d784b0c0ed8a5dc57 (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 |