COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS
66 -- INDUCTIVELY COUPLED PLASMA ETCH SYSTEM
- Notice Date
- March 16, 2001
- Contracting Office
- Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-AT02
- Response Due
- April 30, 2001
- Point of Contact
- 11. Evangelina R. Toledo, Contract Specialist, Code 3220.AT, (202) 767-2021, Wayne Carrington, Contracting Officer
- Description
- 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, N00173-01-R-AT02 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 97-23 and for Defense Federal Acquisition Regulation Supplement (DFARS) and the Naval Acquisition Procedures Supplement (NAPS) in effect through 20 February 2001. The small business size standard for this acquisition is 500 and the NAICS code is 333298. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, an Inductively Coupled Plasma (ICP) Etch System. and optional items CLIN 0002 , Osaka 440 Helical Groove Pump; CLIN 0003, Roughing Pump; CLIN 0004, Corrosive Gas Module; and CLIN 0005, Recirculating Cooling System The required instrument shall meet or exceed the specification. The specification is available via the Internet (Web site: http://heron.nrl.navy.mil/contracts/rfplist.htm) as an attachment to this solicitation. Paper copies of the RFP will not be provided. Contractor must provide a standard commercial warranty, including an offer of extended warranty as provided in customary commercial practice. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB Destination, no later than 30 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 52.212-1 Instruction to Offerors -- Commercial Items. The government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies that has been determined to comply with the requirements of the solicitation. The government will evaluate offers for award purposes by adding the total price for all options to the total price for basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option(s) shall not obligate the Government to exercise the option(s). 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/rfplist.pdf) 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 30 April 2001. The package should be marked RFP N00173-01-R-AT02, Closing Date: 30 April 2001. 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 AT02.
- Web Link
- Click Here (heron.nrl.navy.mil/contracts/rfplist.htm)
- Record
- Loren Data Corp. 20010320/66SOL004.HTM (W-075 SN50G4Z7)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on March 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|