SOLICITATION NOTICE
66 -- SPECTROSCOPIC ELLIPSOMETER
- Notice Date
- 2/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-R-0016
- Archive Date
- 3/14/2014
- Point of Contact
- GLORIA D. TIGGS, Phone: 9375224629
- E-Mail Address
-
gloria.tiggs@wpafb.af.mil
(gloria.tiggs@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SPECTROSCOPIC ELLIPSOMETER - FA8601-14-R-0016 The U.S. Air Force requires a contractor to provide a Spectroscopic Ellipsometer and accessories. 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 FA8601-14-R-0016 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The Government reserves the right to award no contract at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. This acquisition is a 100% SET ASIDE FOR SMALL BUSINESS under North American Industry Classification System (NAICS) Code 334516. Size standard is 500 employees. This RFQ has one line item: Contractor shall provide all labor, materials, equipment, transportation, and incidentals necessary for A Spectroscopic Ellipsometer and accessories capable of extracting thickness and index of refraction for single or multi-layer transparent and semi-transparent thin films or coatings. It is equipped with fully automated alignment of stage tip/tilt and focus. It has a high speed CCD detector for collection of data across the full spectral range of 193-1683nm simultaneously. Typical acquisition time is 5sec per angle. Elliptically polarized light reflects from the measurement sample and the change in polarization is measured as Delta and Psi. Delta is the phase shift between the two vector components of the elliptically polarized light. Tan (Psi) is the amplitude ratio of the two components. A model is fit to this data to extract film parameters. Air Force Institute of Technology (AFIT) fabricates devices and uses the instrument to characterize the various types of thin-film materials AFIT fabricates. Proposals must contain the following: - Price quote - A complete description of the equipment to be provided The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications (if not in SAM) 12) Completed DFARS 252.209-7994 Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Nov 2013), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of equipment offered to clearly show item meets the requirements listed. Quotations 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 CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations 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 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 252.232-7003, 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 (Jul 2013) - Commercial items. 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Alt 1) (Nov 2013) (Full-text copy - attachment 1 to this RFQ); Use Alt I 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: 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2013); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2014) 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) - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) -52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) -52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); - 52.219-28, Post Award Small Business Program Representation (Jul 2013); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014); - 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) - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 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) (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 (Jun 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) [end fill in for 52.212-5]; 52.242-13, Bankruptcy (Jul 1995) 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 or http://www.arnet.gov/far) 52.252-4, Alterations in Contract (Apr 1984) (fill- in) The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation relating to compensation of former DoD officials (Nov 2011) 252.211-7003 Item Identification and Valuation (Dec 2013) [end fill in for 252.212-7001]; 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Jan 2014) 252.225-7001 Buy American and Balance of Payments Program (Dec 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 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). [The fill in portion of this clause is: Center/MAJCOM Ombudsman: Ms. Jill Willingham, AFLCMC/AQP, Area B, Bldg. 1790 10TH Street, Wright-Patterson Air Force Base, OH 45433-7630, Telephone: 937-255-5472, Fax 937-255-7916, Email: jill.willingham@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. A full text version is available upon request: ASC/PKO H-002, Delivery Procedures Commercial Vehicles (Jul 2005) STMNT NBR 03 Inspection and Acceptance; STMNT NBR 04 Invoice and Payment; STMNT NBR 08 For Base Supply Stock Fund Items Only. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations, references AND completed representations and certifications, if not available in SAM, are due by 12:00 noon (Eastern Time) on 27 February 2014 to: GLORIA TIGGS, AFLCMC/PZIOB Fax is 937-656-1412 (ATTN: GLORIA TIGGS) E-mail: gloria.tiggs@us.af.mil Mailing Address: ATTN: GLORIA TIGGS AFLCMC/PZIOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Quotations may be sent via email or postal service using the above contact information. Questions should be directed to Gloria Tiggs at gloria.tiggs@us.af.mil or 937-522-4629. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-R-0016, Spectroscopic Ellipsometer". 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,.docx,.xls, or.xlxs 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/FA8601-14-R-0016/listing.html)
- Place of Performance
- Address: WRIGHT-PATTERSON AFB OH 45433, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03287286-W 20140214/140212234333-f0b150dd40714b965f85db7d1b4f5114 (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 |