Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2012 FBO #4036
SOLICITATION NOTICE

66 -- LEED/AES System

Notice Date
12/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
FA8601-13-T-0004
 
Archive Date
1/12/2013
 
Point of Contact
Justin C. Nosker, Phone: 9375224617
 
E-Mail Address
Justin.Nosker@WPAFB.AF.Mil
(Justin.Nosker@WPAFB.AF.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LEED/AES System The U.S. Air Force (AFLCMC/PZIO) requires a vendor to provide one (1) LEED/AES System for AFIT/ENP at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. 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 FA8601-13-T-004 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 2005-62, 20 November 2012. This acquisition is 100% small business set-aside. Businesses capable of meeting the requirements listed below are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334515. Size standard is 500 employees. This RFQ has One (1) line item: Line Item 0001: LEED/AES System. Quantity: 1 Required Specifications: A Low Energy Electron Diffraction/Auger Electron Spectroscopy (LEED/AES) system capable of operating in ultrahigh vacuum atmospheres as low as 1 x !0 -10 torr and at bakeout temperatures as high as 250oC is required. This system provides for the observation of electron diffraction patterns from both rear and front sides. The optics of this system consists of a phosphor coated glass screen and a series of four non-magnetic gold coated molybdenum grids integrated with a miniature electron gun, all magnetically shielded with the use of a mu-metal cylinder. Two types of gun filaments should be available, a thoria coated iridium hairpin and a LaB6 single crystal, all replaceable in the user's laboratory. The entire system should be approx. 145 mm in diameter and mounted on an 8"inch Conflat DN150CF flange for mounting in a UHV chamber. The LEED/AES optics configuration must provide maximum viewing angle and high transmission with a flange to sample distance of approx. 254 mm. In addition, a z-retraction mechanism must be available which allows the optics to be moved into or out of a restricted working area with z-travel of 50 mm or 100mm with the optics protected by an integral multi-segment shutter mounted in front of all grids. The available gun energy range must be 0-3000 eV and the beam spot size < 1mm at 1 a and 100 eV. All LEED optics should be tested under UHV conditions (1 x !0 -10 torr) before delivery. The LEED four grid analyzer should be configured so that it can also be used as a retarding field analyzer offering the possibility of recording Auger electron spectra (AES) or electron energy loss spectra (EELS) to a resolution of a few eV. The LEED analyzer should be powered by a digital power supply providing all necessary voltages and containing an integrated lock-in amplifier. The unit should allow measurement of true beam current. All significant voltages should be displayed on an LED or LC display panel. Provision should be made for providing voltages for both LEED and AES measurements. The supply must provide operation by numeric keypad or PC via an RS232 interface and include a non-volatile memory for store and recall of complete parameter settings. The power supply must be mountable in a std 19" electronics supply rack and operate on 120VAC, 60 Hz power input. Data acquisition and processing software are to be included. Contractor shall furnish all necessary personnel, facilities, materials, and services to fabricate and deliver the item listed above. Quote shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (April 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012), 252.225-7035 Buy American Statute--Balance of Payments Program Certificate. (June 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quote based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the Statement of Work. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. 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. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms 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 System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.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 (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Contractor Representations and Certifications (May 2011); 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); 52.252-3 Alterations in Solicitation (Apr 198)(The fill in portion is (e) reserved (k) reserved); 52.252-5 Authorized Deviations in Provisions (Apr 1984) 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 (Jun 2010); 52.212-5 Contract Terms and Conditions Required Implementing Statues or Executive Orders - Commercial Items (Aug 2011) the clauses that are check marked as being applicable to this purchase are: -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); -52.209-6, Protecting the Governments 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); -52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) - 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); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging 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]; 52.204-99 (Dev) System for Award Management Registration (August 2012) (DEVIATION); 52.247-34 F.o.b. Destination (Nov 1991); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); 52.252-4 Alterations in Contract (Apr 1984) (The fill in portion is (f) reserved); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012); 252.211-7003 Item Identification and Valuation (Jun 2011) 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former Dodd Officials (Jan 2009); -252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2012) - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (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 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) Ms. Cynthia Evoniuk, AFLCMC/PKC, Area B, Bldg. 570 1755 Eleventh St., Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil. ASC/PKO H-002 - Delivery Procedures Commercial Vehicles (JUL 2005) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Quote AND completed representations and certifications (if not available in SAM), are due by 3:00 pm Eastern on Friday, December 28th, 2012, to: Mr. Justin Nosker, AFLCMC/PKOBB. E-mail: Justin.Nosker@wpafb.af.mil Mailing Address: ATTN: Justin Nosker AFLCMC/PZIO 1940 Allbrook Drive, RM 109 Wright-Patterson AFB OH 45433 Questions should be directed to Justin Nosker at Justin.Nosker@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0004, LEED/AES System". 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/FA8601-13-T-0004/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02945540-W 20121212/121210234030-9d92d42674a431e8b718e4ef51911f47 (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.