SOLICITATION NOTICE
J -- DEA - FEI Beam Tool Maintenance
- Notice Date
- 5/4/2016
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- HQ0727-16-R-0010
- Archive Date
- 5/20/2016
- Point of Contact
- Nickie Cruthirds,
- E-Mail Address
-
nickie.cruthirds@dmea.osd.mil
(nickie.cruthirds@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is a Notice of Proposed Contract Action prepared and posted in accordance with Federal Acquisition Regulation (FAR) 5.203(a). This notice is issued to notify the public that the Defense Microelectronics Activity (DMEA) intends to solicit, negotiate, and award a firm-fixed-price, sole-source, follow-on contract to FEI Company (5350 NE Dawson Creek Drive, Hillsboro, OR 97124-5793) under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DMEA requires a service and maintenance agreement to provide product updates, service, maintenance, and consumable parts for FEI Beam tools (Nova NanoLab 600, Helios NanoLab 660, and Nova NanoSEM 650). Maintenance services shall be performed on equipment at the DMEA facility located at 4234 54th Street, McClellan, CA 95652-2100. The Contracting Officer (CO) has determined that the proposed contract action will be awarded noncompetitively based on market research conducted by technical experts, which revealed that software used in the beam tools is proprietary to FEI Company and that FEI is the only source that will provide software updates or repairs to this equipment A Sources Sought Notice posted by the Contracting Specialist on 14 April 2016 did not result in any responses from potential sources by the response deadline of 28 April 2016. As the proposed contract action will be solicited from a sole source, a copy of the written solicitation will not be synopsized or made available on FedBizOpps. A copy of the noncompetitive solicitation may be requested from the Contract Specialist, Ms. Nickie Cruthirds, by e-mailing nickie.cruthirds@dmea.osd.mil. In accordance with FAR 5.207(c)(16), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Capability statements, proposals, and quotations must be received prior to award of the proposed contract action. The final determination to proceed with noncompetitive or competitive procurement will be at the discretion of the CO. The Government reserves the right to reject, in whole or in part, any Contractor's response to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The proposed contract action will be awarded as a contract under FAR Part 12 and DFARS Part 212, Acquisition of Commercial Items, and FAR Part 13 and DFARS Part 213, Simplified Acquisition Procedures. The proposed contract will include a firm-fixed-price contract line item numbers (CLINs) for the required service agreement and maintenance, and time-and-materials CLINs for replacement of consumable parts. The proposed contract action will have a period of performance period (PoP) of one (1) year, from approximately 1 June 2016 to 31 May 2017, with four (4) available option years to be exercised annually at the discretion of the Government. The PoP start date will coincide with the current warranty and service expiration dates. A six (6) month extension of services shall also be available to the Government, if needed. The total term of the contract shall not exceed five (5) years. The North American Industrial Classification System (NAICS) Code for the requirement is currently 811219 for Other Electronic and Precision Equipment Repair and Maintenance. The Product and Service Codes for the requirement is currently J066, Maintenance, Repair and Rebuilding of Equipment - Instruments and Laboratory Equipment, for maintenance CLINs and 6695, Combination and Miscellaneous Instruments, for consumable parts. The CO may change the designated NAICS and PSC following receipt and review of the Contractor's proposal. The small business size standard for the requirement, as defined by the U.S. Small Business Administration, is currently $20.5 Million annual revenue. The proposed contract action is anticipated to be awarded to a large business. FEI Company has confirmed that subcontracting opportunities do not exist for this requirement. The CO intends to solicit, negotiate, and award to FEI Company by 16 May 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-16-R-0010/listing.html)
- Place of Performance
- Address: 4234 54th Street, McClellan, California, 956522100, United States
- Zip Code: 22100
- Zip Code: 22100
- Record
- SN04105038-W 20160506/160504234115-af6d670095a191f15652426f41bf4f24 (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 |