SOLICITATION NOTICE
36 -- HIGH UNIFORMITY ELECTRON BEAM DEPOSITION SYSTEM
- Notice Date
- 8/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333242
— Semiconductor Machinery Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG14511281Q
- Response Due
- 9/11/2014
- Archive Date
- 8/12/2015
- Point of Contact
- Naimah K Bhuruku, Contract Specialist, Phone 301-286-3459, Fax 301-286-1720, Email naimah.bhuruku@nasa.gov
- E-Mail Address
-
Naimah K Bhuruku
(naimah.bhuruku@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/GSFC has a requirement for a High Uniformity Electron Beam Deposition Tool in order to produce electron-beam-evaporated, thin metal film detector elements. These thin films are incorporated into x-ray focal planes and are planned for the NASA contribution to the x-ray detector for Athena and other missions and opportunities. The High Uniformity Electron Beam Deposition Tool Statement of Work, which details the requirements, may be accessed at http://prod.nais.nasa.g ov/cgi-bin/eps/bizops.cgi?gr=C&pin=. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), in conjunction with FAR Part 13.5 (Test Program for Certain Commercial Items) 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 NNG14511281Q. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this acquisition is 333242; Small Business Size: 500 Employees. The Government intends to enter into a Firm-Fixed-Price contract. The High Uniformity Electron Beam Deposition Tool Statement of Work includes the items being acquired, delivery terms, place of delivery, and acceptance. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The following factors shall be used to evaluate offers: Descending Order of importance: 1) Technical Capability of the items offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical capability and past performance, when combined, are significantly more important than Price. The offeror shall submit, as part of its quote, samples of thin film molybdenum, where the substrates, molybdenum source and crucible, and acceptable deposition specifications. The offeror shall identify if any materials submitted are hazardous. The Government must receive the product samples by September 11, 2014 at 4:30pm Eastern Standard Time. If the offeror fails to submit samples on time, the Government will reject the quotation.The Government will test or evaluate product samples to determine compliance with all the characteristics listed for examination in this solicitation. The Government will reject the quotation when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to the approved sample for the characteristics listed for test or evaluation and the specifications for all other characteristics.Unless otherwise specified in the solicitation, product samples shall be submitted at no expense to the Government and returned at the offerors request and expense, unless they are destroyed during preaward testing. The offeror shall submit existing product literature in addition to information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms.Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone and fax) of a contact for each contract listed. The offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, Alternate I with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (May 2014) 52.219-28, Post Award Small Business Program Rerepresentation (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) 52.222-54, Employment Eligibility Verification (AUG 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act-Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (July 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following NASA FAR terms and conditions apply to this acquisition: 1852.215-84, Ombudsman (NOV 2011)* 1852.219-76, NASA 8 Percent Goal (JUL 1997) 1852.223-72, Safety and Health (short form)(APR 2002) 1852.223-75, Major Breach of Safety or Security (FEB 2002), with Alternate I (FEB 2006) 1852.225-70, Export Licenses (FEB 2000) 1852.227-86, Commercial Computer Software Licensing (DEC 1987) 1852.237-73, Release of Sensitive Information (JUNE 2005) 1852.246-72, Material Inspection and Receiving Report (AUG 2003) The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. * The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. Offers are due no later than September 11, 2014 at 4:30pm Eastern Standard Time. Offers shall be e-mailed to: Naimah K. Bhuruku, Contract Specialist, at Naimah.Bhuruku@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to Naimah.Bhuruku@nasa.gov no later than August 29, 2014. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14511281Q/listing.html)
- Record
- SN03462079-W 20140814/140813022542-56e6fae80db56ed08c7ad1a169b46e02 (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 |