Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

36 -- RESEARCH GRADE SCANNING ELECTRON MICROSCOPE SOL N00173-00-R-AT03 POC Evangelina R. Toledo, Contract Specialist, Code 3220.AT, (202) 767-2021, Wayne Carrington, Contracting Officer E-MAIL: CLICK HERE, TOLEDO@CONTRACTS.NRL.NAVY.MIL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. This solicitation, N00173-00-R-AT03 is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-08 (excluding 97-07) and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 employees and the SIC code is 3559. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, a Precision Dicing System. The required instrument shall meet or exceed the following specifications: The Dicing System shall be designed for dicing semiconductor (or other hard material) wafers. The system shall be capable of using up to 5 inches diameter flange mount with blades compatible with K&S 115-4 saw. Cutting range shall be 10 inches by 10 inches. The system shall include a 4 inch spindle protected against air loss and cooling loss, one inch vertical travel with cutting depth of up to 0.6 inch, a cutting water sensor, a digital spindle load meter, and a Charged Coupled Device (CCD) camera with 125x definition optics. The system shall also include software that allows unlimited multiple indexes, cut depths and cutting speeds. Software shall also allow unlimited cutting angles and multiple cuts per mount. The system shall have quick-change chucks and film frame adapters allowing rapid chuck changes. Full documentation of operating instructions, repair/maintenance manual, and schematic drawings must be included. Contractor must provide a standard commercial warranty, including an offer of extended warranty as provided in customary commercial practice. The contractor will be required to certify that the offered equipment will perform precisely as described in this specification. All capabilities must be demonstrated during the initial installation and will be reviewed prior to final acceptance of the instrument. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB Destination, no later than 90 days from date of award. The FAR and DFAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) price, (2) technical capability of the item offered to meet NRL needs, and (3) past performance. Technical and past performance combined are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Web site: http://heron.nrl.navy.mil/contracts/reps&certs.htm) and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220.AT, 4555 Overlook Ave., S.W., Washington, D.C., 20375-5326 no later than 4:00 p.m. E.S.T. on 17 March 2000. The package should be marked RFP N00173-00-R-AT03, Closing Date: 17 March 2000. For more information regarding this solicitation contact Evangelina R. Toledo, Contract Specialist, (202) 767-2021. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number AT03. Posted 02/14/00 (W-SN425176). (0045)

Loren Data Corp. http://www.ld.com (SYN# 0163 20000216\36-0002.SOL)


36 - Special Industry Machinery Index Page