SOLICITATION NOTICE
66 -- ULTRA VIOLET (UV) MASK ALIGNER (Qty: 1 each) - MASK ALIGNER
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBFM1206
- Archive Date
- 9/6/2011
- Point of Contact
- Sue D Quillen, Phone: 937-522-4645
- E-Mail Address
-
sue.quillen@wpafb.af.mil
(sue.quillen@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- UV Violet Mask Aligner Ultra Violet Mask Aligner This is a combined synopsis/solicitation for 100% SMALL BUSINESS SET-ASIDE, with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is F4FBFM1206, using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, 15 April 2011. This acquisition is 100% SMALL BUSINESS SET-ASIDE, under North American Industry Classification System Code 334516. Size standard is 100 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, OHIO intends to award a Firm-Fixed-Price Contract for the Following requirement: PROCUREMENT OF AN ULTRA VIOLET MASK ALIGNER (Qty: 1 each) NOTE: THE SPECIFICATIONS ARE ATTACHED. ALSO, THE RATING SHEET IS ATTACHED. ALL QUOTES WILL BE RATED TO THE NINE (9) REQUIREMENTS/SPECIFICATIONS AS: PASS/FAIL. Location: United States Air Force Research Laboratory, Wright-Patterson AFB OH 45433 Quotations need to adhere to FAR 52.212-1, Instructions to Offerors-Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition, the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial FAR 52.212-2 Evaluation Factors [the fill-in portion of this clause is: technical and price] FAR 52.212-3 Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments' Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Co-operation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Deviation 2010-00013)(Jun 2010) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items. The clauses that are check-marked as being applicable to this purchase are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 5:00 PM, Eastern Standard Time on COB: MONDAY, 22 AUGUST 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms and conditions contained herein, which will also be the Terms and Conditions of the resulting contract. Please e-mail to sue.quillen@wpafb.af.mil or fax requested information to: ASC/PKOAA Attn: Sue Quillen Fax Number: (937) 656-1412 Any questions should be directed to Sue Quillen at (937) 522-4645 or sue.quillen@wpafb.af.mil Location: United States Air Force Research Laboratory, Wright-Patterson AFB OH 45433 Quotations need to adhere to FAR 52.212-1, Instructions to Offerors-Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition, the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial FAR 52.212-2 Evaluation Factors [the fill-in portion of this clause is: technical and price] FAR 52.212-3 Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments' Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Co-operation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Deviation 2010-00013)(Jun 2010) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items. The clauses that are check-marked as being applicable to this purchase are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 5:00 PM, Eastern Standard Time on COB: MONDAY, 22 AUGUST 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms and conditions contained herein, which will also be the Terms and Conditions of the resulting contract. Please e-mail to sue.quillen@wpafb.af.mil or fax requested information to: ASC/PKOAA Attn: Sue Quillen Fax Number: (937) 656-1412 Any questions should be directed to Sue Quillen at (937) 522-4645 or sue.quillen@wpafb.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFM1206/listing.html)
- Place of Performance
- Address: United States Air Force Research Laboratory, Wright-Patterson AFB, Ohio, United States
- Record
- SN02536863-W 20110818/110817000334-0f9cb3a3ac94c3f969a895700a22f92e (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 |