Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
DOCUMENT

66 -- Maskless Laser Lithography System - Package #1

Notice Date
6/20/2012
 
Notice Type
Package #1
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-12-R-MI03
 
Archive Date
6/20/2013
 
Point of Contact
Malisa E. Mitchell, Phone: 2027670397
 
E-Mail Address
Malisa.Mitchell@nrl.navy.mil
(Malisa.Mitchell@nrl.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. This solicitation, N00173-12-R-MI03, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-56 and DFARS Change Notice 20120420. The associated small business size standard is 500 employees. NRL has a requirement for: The U.S. Naval Research Laboratory Vacuum Electronics Branch requires a high precision computer numerically controlled (CNC) maskless lithography system. The system will be used for the fabrication of high precision millimeter-wave vacuum electronic components by ultraviolet (UV) photolithography and molding techniques (collectively abbreviated from the German language to LIGA). Essentially, the maskless lithography system is a completely automated, computer-controlled machine that exposes a photoresist system is a completely automated, computer-controlled machine that exposes a photoresist to a well-collimated beam of accuracy, highly accurate relative repeatability, accurate exposure dosage monitoring, and ease of use. The collimating optics in combination with a narrow UV spectrum allow for fine features and tight tolerances to be patterned in the photoresist without the use of a photolithographic mask. A high power UV source such as a laser allows for high writing speeds and deep pattern generations in thick photoresist. NRL has a requirement for the following in accordance with the Specifications: CLIN 0001: Maskless Lithography System (MLS) - 1LOT CLIN 0002: Computer Controller - 1 LOT CLIN 0003: Installation -1 LOT CLIN 0004: Training - 1 LOT CLIN 0005: Warranty - 1 YR *NSP CLIN 0006: Manuals - 2 SET *NSP *NSP (not separately priced) The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/N00173-12-R-MI03.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 6 months (180 days) from the date of award. The provision at 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated (JAN 1999). The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Technical Capability of the item offered to meet the Government requirement, Past Performance, and Price. Technical Capability and Past Performance, when combined, are significantly more important than Price. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (FEB 2012) and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005). In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (FEB 2012), applies to this acquisition. The following additional clauses cited within this clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13,and 52.232-33, The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.243.7002, 252.247-7003, 252.247-7023. The following additional FAR and DFARS clauses apply: 52.211-15: Central Contractor Registration FEB 2012); DFARS 252.232-7010 (DEC 2006) Alternate A.; DFARS 252.211-7003 Item Identification and Valuation (JUN 2011) fill in none in (c)(1)(ii) DFARS 252.211-7007 Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry (NOV 2008) fill in none. Facsimile proposals are NOT authorized. Proposals may be transmitted by e-mail to the Contract Specialist at malisa.mitchell@nrl.navy.mil in either Microsoft Word or pdf format. All proposals shall be received on or before July 20, 2012, 12:00 P.M., E.S.T. All Electronic and information technology (EIT) supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than ten (10) business days before the response date of this solicitation. An original and two (2) copy of the offeror(s) proposal shall be received on or before the response date noted above, 12:00 P.M., E.S.T. at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-12-R-MI03/listing.html)
 
Document(s)
Package #1
 
File Name: specifications (http://heron.nrl.navy.mil/contracts/12mi03.html)
Link: http://heron.nrl.navy.mil/contracts/12mi03.html

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02781656-W 20120622/120621000550-9a8316ff1dce0cf8b6d81dafb9bea4b7 (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.