Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

66 -- Plasma Enhanced Chemical Vapor Despostion (PECVD) System - Salient Characteristics Document

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333295 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0114
 
Archive Date
9/1/2012
 
Point of Contact
April L. Worrell, Phone: 9375224520, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
april.worrell@us.af.mil, Toxie.Courtney@wpafb.af.mil
(april.worrell@us.af.mil, Toxie.Courtney@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PECVD System Salient Characteristics Document PLASMA ENHANCED CHEMICAL VAPOR DESPOSITION (PECVD) SYSTEM FA8601-12-R-0114 The U.S. Air Force requires a Research and Academic specific load locked PLASMA ENHANCED CHEMICAL VAPOR DESPOSITION (PECVD) SYSTEM from a contractor able to provide a qualified product with the salient characteristics as described in the attached Salient Characteristics document. The anticipated award is firm fixed price - Best Value to the Government. This is a combined synopsis/solicitation for a commercial item 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 proposal number is FA8601-12-R-0114 issued as a Request for Proposal (RFP) 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 2005-60, 26 Jul 2012. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS and Salient Characteristics documentation is attached. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the Salient Characteristics document attached are eligible to submit a proposal. The associated North American Industry Classification System (NAICS) code is 333295. Size standard is 500 employees. This RFP has one line item: 01 Qty 1; Plasma Enhanced Chemical Vapor Deposition (PECVD) System, The Reactor, Vacuum System/Gas Distribution System and Computer elements of the PECVD System must meet all requirements as described in the Salient Characteristic document attached. Proposals must contain the following: - Price quote - A complete description of the equipment to be provided - Evidence of completed Representations and Certifications Proposals shall be accompanied by a completed FAR 52.212-3 Alt I, Representations and Certifications - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://www.sam.gov/portal/public/SAM/ and completing the on-line Representations and Certifications. The offer must also adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). Proposals MUST contain a complete description of equipment offered to clearly show item meets the requirements for the PECVD System as described in the Salient Characteristic document attached. Offers shall provide a point-by-point comparison to each item listed. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. 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 requirements. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Offers 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 whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and 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 Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.sam.gov/portal/public/SAM/. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 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 - Commercial Items (Feb 2012) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) (Feb 2012) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 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: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Mar 2012) The clauses that are check marked as being applicable to this purchase are: - 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) - 52.204-10, Reporting Executive compensation and First-Tier Subcontract Award (Jul 2010) - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C 6010 note) - 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)) - 52.219-6, Notice of Total Small Business Set-Aside (June 2003); - 52.219-28, Post Award Small Business Program Representation (Apr 2009); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) - 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 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: 252.209-7998 - Representation Regarding Conviction of a Felony Criminal 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Aug 2011): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207) - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) (10 U.S.C. 2533a); - 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) 252.232-7010, Commercial Derivative Military Article - Specialty Metals Compliance Certificate 252.225-7035, Buy American --Free Trade Agreements-Balance of Payments The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM Ombudsmen: Ms. Cynthia Evoniuk, AFLCMC/PKC, Area B, Bldg. 570, 1755 Eleventh St, Wright-Patteron Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil [end fill in for 5352.201-9201]. The following local clause will be included in subsequent award. A full text version is available upon request: ASC/PKO H-002 Delivery Procedures Commercial Vehicles Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachment: Salient Characteristics Offers, references AND completed representations and certifications, if not available in ORCA, are due by 2:00p.m. Friday, 17 August 2012 to: Captain April Worrell, AFLCMC/PKOBB E-mail: april.worrell@wpafb.af.mil Mailing Address: ATTN: Captain April Worrell AFLCMC/PKOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to the contract manager, Captain April Worrell april.worrell@wpafb.af.mil or 937-522-4520 or to the Contracting Officer, Mr. Toxie Courtney toxie.courtney@wpafb.af.mil or 937-522-4568. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-R-4368, Acquisition Financial Support Program (only an example). " Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, 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 AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0114/listing.html)
 
Place of Performance
Address: Deliver to:, AFIT/ENG, 2950 Hobson Way Bldg. 640 Rm 332B, Wright Patterson AFB, Ohio, 45433-7765, United States
Zip Code: 45433-7765
 
Record
SN02826510-W 20120805/120803235439-74b62c405059c92e9d2bbeb27d7b44a3 (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.