SOLICITATION NOTICE
66 -- Sputter Coater
- Notice Date
- 8/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA252118QT073
- Archive Date
- 9/26/2018
- Point of Contact
- Tiffany S. Thornton, Phone: 3214946343, Terrell Phillips, Phone: 3214949200
- E-Mail Address
-
tiffany.thornton.3@us.af.mil, terrell.phillips.1@us.af.mil
(tiffany.thornton.3@us.af.mil, terrell.phillips.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-18-Q-T073 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100; Effective 22 Aug 2018. This is a 100% total set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 1000 employees. The requirement is to provide a High Resolution Sputter Coater/Desktop High Resolution Iridium Coating System for FE-SEM Specimen Preparation Dry Pumping System for the Air Force Technical Application Center (AFTAC) at Patrick AFB, FL. Line System Part Number Service/Delivery Address Qty 0001 High Resolution Sputter Coater 8008 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0002 Rotary/Planetary/Tilting Sample Stage 9524 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0003 Gold Target 91109 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0004 Chromium Target 8074 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0005 Argon Pressure Regulator 7032 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0006 Universal AC Adapter (110-240V) 9631 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0007 Large Sample Adapter for RPT Stage 8011 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32927 1 0008 PELCO Bell Jar Kleen TM, 14 oz. 896 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0009 Air Filter 9611 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0010 Spare Thickness Monitor Crystals 93009 Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 0011 Freight Air Force Technical Applications Center Attn: Wes Hamrick, 24ANN 1020 S Patrick Dr PAFB, FL 32926 1 Salient Characteristics: #8008 Cressington 208HR High Resolution Sputter Coater for FE-SEM •· Telescopic top plate support, variable height: 165-250mm •· Iridium Target, Ø57 x 0.3mm •· MTM-20 High Resolution Thickness Controller with thickness terminator, for automatic and manual deposition control •· All-metal dry vacuum pumping system •· Scroll pump #9524 Rotary/Planetary/Tilting Sample Stage with: •· #8012 For 6 x 12.7mm pin stubs •· #8015 For 4 x 15mm cylinder stubs •· #8017 For 1 x 32mm stub or metallographic mount •· #8021 Sample Table, 3xM4 + 3x12.5pin •· #91109 Gold Target, 99.999% Au •· #8074 Chromium Target, 99.95% Cr •· #7032 Argon Pressure Regulator: Dual stage kit argon pressure regulator, working pressure gauge indicates 0-30 psi. 10' polyethylene tubing and hose clips to fit pressure regulator and Cressington Sputter Coater. Fits standard argon gas cylinder. Ship to address: Paul (Wes) Hamrick AFTAC/TML 1989 S. Patrick Dr. Patrick AFB, FL 32925 *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: " The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: " The offeror agrees to hold the prices in its offer firm until 1 Oct 18." RFQ due date: 11 Sep 2018 RFQ due time: 3:00 P.M. EST Email to Tiffany Thornton at tiffany.thornton.3@us.af.mil THIS MUST BE SENT TO TIFFANY THORNTON AS STATED ABOVE ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to tiffany.thornton.3@us.af.mil by 1:00 P.M. EST 5 Sep 2018. Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. *52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision * 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price Technical and past performance, when combined, are equal when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 - Place of Manufacture. As prescribed in 25.1101 (f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision * 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Reporting (Jul 16) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (May 14) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-3 Alternate I (May 14) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States (Mar 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.242-5 Payments to Small business Subcontractors (Jan 17) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 06) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclosure of Third-Part Contractor Information (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 91) *252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-0007) (Date 12) *252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) *252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) *252.225-7000 Alternate I (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 00) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252118QT073/listing.html)
- Place of Performance
- Address: 1989 S. Patrick Dr, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN05063033-W 20180831/180829231809-70d7c378300d8f03a39f5c21cb157f26 (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 |