SOLICITATION NOTICE
36 -- 4 Tube Furnace System - Synopsis/RFQ
- Notice Date
- 7/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333242
— Semiconductor Machinery Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC18Q0019
- Point of Contact
- Tasha M. Beasley, Phone: 3012863459, LaKeshia Robinson, Phone: 3012868602
- E-Mail Address
-
tasha.beasley@nasa.gov, lakeshia.m.robinson@nasa.gov
(tasha.beasley@nasa.gov, lakeshia.m.robinson@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Furnace System Statement of Work NASA/GSFC has a requirement to acquire a tool for furnace oxidation, growth, and anneal. This notice 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 80GSFC18Q0019. This solicitation is being issued as a Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 2005-99. All offers may submit a written quote via e-mail that will be reviewed by the Government. The North American Industry Classification System (NAICS) Code for this acquisition is 333242. All responsible sources may submit an offer which shall be considered by the agency. The period of performance shall be 22 weeks after the award of the contract. The place of acceptance and Free on Board (FOB) point is Destination. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. Offerors shall provide the information required by FAR 52.212-1 (JAN 2017), Instructions to Offerors-Commercial Items. The provision at 52.212-2, Evaluation Commercial items, applies to the acquisition. The following factors shall be used to evaluate offers: Descending Order of Importance: 1) Technical Capability of the items and services offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical and past performance, when combined, are significantly more important than price. The Government reserves the right to make award to the offeror whose quote provides the best overall value to the Government. The offeror shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work 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 quote 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, with its offer. FAR 52.212-4 (JAN 2017), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: • 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 (Oct 2016) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) • 52.219-8, Utilization of Small Business Concerns (Nov 2016) • 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 2018) • 52.222-21, Prohibition of Segregated Facilities (Apr 2015) • 52.222-26, Equal Opportunity (Sep 2016) • 52.222-35, Equal Opportunity for Veterans (Oct 2015) • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) • 52.222-37, Employment Reports on Veterans (Feb 2016) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-50, Combating Trafficking in Persons (Mar 2015) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-1, Buy American-Supplies (May 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) The following NASA FAR terms and conditions apply to this acquisition: • 1852.215-84 Ombudsman (Nov 2011)* • 1852.223-72 Safety and Health (Short Form) (Jul 2015) • 1852.223-75 Major Breach of Safety or Security (Feb 2002), with Alternate 1 (Feb 2006) • 1852.225-70 Export Licenses (Feb 2000) • 1852.237-70 Emergency Evacuation Procedures (Dec 1988) • 1852.237-73 Release of Sensitive Information (Jun 2005) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The Center Ombudsman for this acquisition can be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act - Supplies," the offeror shall so state and shall list the country of origin. Offers are due no later than July 27, 2018 at 2:00 pm Eastern Standard Time. Offers shall be emailed to: Tasha M. Beasley, Contract Specialist, at tasha.beasley@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to tasha.beasley@nasa.gov no later than July 18, 2018. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Contracting Office Address: NASA/Goddard Space Flight Center Code 210.M Greenbelt, MD 20771, United States Place of Performance: The Construction of the Tool shall be performed at the Supplier's facilities. The Installation and Training shall be performed at NASA/GSFC, Greenbelt, Maryland.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/60041789cfe72184589c148d150fe609)
- Place of Performance
- Address: NASA/Goddard Space Flight Center, 8800 Greenbelt Rd., Greenbelt, Maryland, 20771, United States
- Zip Code: 20771
- Zip Code: 20771
- Record
- SN04989372-W 20180714/180712231151-60041789cfe72184589c148d150fe609 (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 |