SOLICITATION NOTICE
36 -- High Uniformity Sputter Deposition System
- Notice Date
- 2/24/2020 8:55:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333242
— Semiconductor Machinery Manufacturing
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC20Q0004
- Response Due
- 3/16/2020 1:30:00 PM
- Archive Date
- 03/31/2020
- Point of Contact
- Stephanie Stephens , Phone: 301-286-4239, Meredith Link, Phone: 301-286-1236
- E-Mail Address
-
Stephanie.D.Stephens@nasa.gov, meredith.link@nasa.gov
(Stephanie.D.Stephens@nasa.gov, meredith.link@nasa.gov)
- Description
- AMENDMENT 2 (February 24, 2020): Please find the attached Questions and Answers (Q&As 2.pdf) in response to the High Uniformity Sputter Deposition System Combined Synopsis/Solicitation.� Additionally, please find the updated Statement of Work (Updated SOW High Uniformity Sputter Deposition Tool.pdf). AMENDMENT 1 (February 20, 2020): Please find the attached Questions and Answers in response to the High Uniformity Sputter Deposition System Combined Synopsis/Solicitation.� Additionally, the date for offers is extended to no later than March 16, 2020 at 4:30 pm Eastern Standard Time. �� ORIGINAL (February 10, 2020): NASA/GSFC has a requirement for a High Uniformity Sputter Deposition System with stringent requirements on the properties of sputter deposited, thin-metal-film detector elements and wiring.� Such requirements are met by manufacturing a high-vacuum deposition system for dc magnetron sputtering with robust, proven methods of meeting the thin film specifications.� Requirements for deposited thin-film thickness uniformity, purity, electrical quality and cleanliness must be met and demonstrably maintainable over many years with good production throughput and minimal maintenance / tool downtime. 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 (Simplified Procedures 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 80GSFC20Q0004. 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 2020-04. This acquisition is a full and open competition. The North American Industry Classification System (NAICS) Code for this acquisition is 333242; Small Business Size: 1500 Employees. The Government intends to enter into a Firm-Fixed-Price contract. The High Uniformity Sputter Deposition System 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 following provisions also apply: 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.209-7, Information Regarding Responsibility Matters (Oct 2018) 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. If the proposed equipment can exceed the requirements for uniformity of film thickness and low particulate contamination of the substrate listed in the Statement of Work (SOW), the vendor shall indicate the ultimate capability of the system as this shall be considered in the technical appraisal. The proposal made by the vendor shall contain the complete details to indicate how the specifications for the film thickness uniformity and vacuum pressure will be achieved. These shall be detailed calculations of the proposed design and evidence of performance from existing systems. The technical representative will evaluate the viability of the system based on these details. The proposal shall describe how no particulate contamination will be evident in the thin metal films after deposition and ion clean of the substrate. 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. The place of acceptance of the tool and FOB point is Destination. FOB Destination offers are desired. Offers submitted on a basis other than FOB Destination will be rejected as non-responsive. 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 following clauses are included as addenda to 52.212-4: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation https://www.acquisition.gov/browsefar Clause No.����� Title 52.204-13������� System for Award Management Maintenance (OCT 2016) NASA FAR Supplement (NFS) clauses:� https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Clause No.����� Title 1852.203-71��� Requirement to Inform Employees of Whistleblower Rights (Aug 2014) 1852.215-84��� Ombudsman (NOV 2011)* 1852.223-75��� Major Breach of Safety or Security (FEB 2002), with Alternate I (FEB 2006) 1852.233-70��� Protest to NASA (DEC 2015) 1852.237-70��� Emergency Evacuation Procedures (DEC 1988) 1852.237-73��� Release of Sensitive Information (JUN 2005) * The Center Ombudsman can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html (End of clause) 1852.225-70 Export Licenses (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at [insert name of NASA installation], where the foreign person will have access to export-controlled technical data or software. (c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions. (d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. (End of clause) � � GSFC 52.232-95 Invoices � Submission of (MAR 2018) (a) Payment Office. The designated payment office is the NASA Shared Services Center (NSSC) located at FMD Accounts Payable, Bldg. 1111, Jerry Hlass Road, Stennis Space Center, MS 39529.� Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments. (b) Invoices.� Except for classified invoices, invoices shall be prepared in accordance with the invoicing instructions in FAR 52.212-4(g). In addition, invoices shall be submitted using the steps described at the NSSC�s Vendor Payment information web site at https://www.nssc.nasa.gov/vendorpayment.� (c) Improper invoices. The NSSC Payment Office will notify the contractor of any apparent error, defect, or impropriety in an invoices within seven calendar days of receipt by the NSSC Payment Office. Inquiries regarding requests for payment should be directed to the NSSC as specified in paragraph (b) of this section. (d) In the event that amounts are withheld from payment in accordance with provisions of this award, a separate payment request for the amount withheld will be required before payment for that amount may be made. (End of clause) 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 (Oct 2018) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION) (Jul 2019) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 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 (Oct 2019) 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, Affirmative Action 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) 52.222-54, Employment Eligibility Verification (Oct 2015) 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 (Jul 2013) This is not a Defense Priorities and Allocations System (DPAS) rated order. Offers are due no later than March 11, 2020 at 4:30 pm Eastern Standard Time. Offers shall be e-mailed to: Stephanie Stephens, Contract Specialist, at Stephanie.D.Stephens@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to Stephanie.D.Stephens@nasa.gov no later than February 17, 2020 at 4:30 pm Eastern Standard time. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8bd495a0b0c24f6495a0ee59ce8dc9b0/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05570783-F 20200226/200224230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |