SOLICITATION NOTICE
66 -- one EVOŽ 10 MA series Scanning Electron Microscope
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0126
- Archive Date
- 9/19/2012
- Point of Contact
- Alycia K. Armbruster, Phone: 9375224601, Kathy Majors, Phone: 9375224515
- E-Mail Address
-
alycia.armbruster@wpafb.af.mil, kathy.majors@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil, kathy.majors@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for (1) one EVO® 10 MA series Scanning Electron Microscope (SEM) and was prepared in accordance 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 FA8601-12-R-0126 is issued as a Request for Quotations (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 July 2012. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. The AFLCMC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: CLIN 0001- EVO® 10 MA series Scanning Electron Microscope (SEM). SEM must meet the following requirements: 1) SEM capable of operating in high vacuum (HV) and variable pressure (VP) modes 2) System must not require water cooling 3) Resolution: 3.0 nm (HV) and 4.0 (VP) @ 30 kV 4) Acceleration voltage: 0.2 - 30 kV 5) Probe current: 0.5 pA to 5 µA 6) Magnification: 7 to 1,000,000X 7) Pressure Range: 10-400 Pa 8) Chamber Size: 310 mm (Ø) x 220 mm (h) 9) Specimen Stage: Fully motorized and controlled by mouse or joystick and control panel; (X)80 mm x (Y)100 mm x (Z)35 mm, (T) 0-90°, (R) 360° 10) Detectors: Variable Pressure Secondary Electron (VPSE) and Back-scattered (BSD) 11) Imaging detectors must be available to the operator without venting of the chamber to exchange 12) Energy dispersive X-ray spectrometer (EDS) with Silicon Drift Detector 13) EDS geometry: 8.5 mm Average working distance (AWD) and 35° take-off angle 14) Column optics: automatic system control of lens current for any selected combination of beam energy, probe current and working distance. 15) Image processing: up to 3070 x 2304 pixel resolution 16) System control: Software graphical user interface (GUI) package capable of controlling instrument and analytical parameters, imaging, and report generation. 17) Peripheral Hardware: PC, keyboard, optical mouse, 19-in monitor, printer, joystick controller 18) 2-day on-site applications training 19) Full-service coverage agreement QTY: 1 Unit of Issue: Each Offers 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. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and completing the on-line Representations and Certifications. In addition the online reps and certs, Paragraph (b) of 52.212-3 must be completed and returned with offer. 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. Proposals may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Offer number & date 4) Item price 5) Total price (Net 30) After Deliver Confirmation 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the offer is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 13) Completed DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Offers MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review offers 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. 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/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.211-6, Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors - Commercial (Feb 2012); 52.212-2, Evaluation Factors (Jan 1999) [the fill in portion of this clause is: technical and price]; 52.212-3, Representations and Certifications (Apr 2012); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) The following DFARS provisions, either by reference or full text, apply to this acquisition: 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.225-7001, Buy American and Balance of Payments Program (Jun 2012) 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 Statutes or Executive Orders -- Commercial Items (Jul 2012): -52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); -52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); -52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012); -52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012); -52.222-3, Convict Labor (Jun 2003); -52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); -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); -52.222-37, Employment Reports on Veterans (Sep 2010); -52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); -52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); -52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jun 2012). The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); -252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012); -252.232-7003, Electronic Submission of Payment Requests (Jun 2012); -252.243-7002, Requests for Equitable Adjustment (Mar 1998); -252.247-7023, Transportation of Supplies by Sea (May 2002); 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (Jun 2012); 252.232-7010, Levies on Contract Payments (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsmen. Paragraph c fill-in is: Cynthia Evoniuk, 1755 11th St, WPAFB, OH 45433, 937-255-6005, Cynthia.Evoniuk@wpafb.af.mil. The following local clauses will be included in subsequent award. Full text versions are available upon request: AFLCMC/PKO H-002, Delivery Procedures Commercial Vehicles (Aug 2005) All offers and responses are due by noon, Eastern on September 4, 2012. Submittal of offers in response to this RFP constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Alycia.Armbruster@wpafb.af.mil via a PDF compatible attachment. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-T-0271, Scanning Electron Microscope." Note that e-mail filters at Wright-Patterson 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. If sending attachments with e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete all other form of attachments. Any questions should be directed to Alycia Armbruster at Alycia.Armbruster@wpafb.af.mil or 937-522-4601.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0126/listing.html)
- Record
- SN02849014-W 20120823/120822000840-14d6f29f20fcb4db19bc70dacb827e8c (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 |