COMMERCE BUSINESS DAILY ISSUE OF JULY 27, 2001 PSA #2902
SOLICITATIONS
66 -- ELECTRON BEAM WRITING SYSTEM
- Notice Date
- July 25, 2001
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-01-R-CR09
- Response Due
- August 27, 2001
- Point of Contact
- Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, Email crupi@contracts.nrl.navy.mil -- F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430, Email bays@contracts.nrl.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-01-R-CR09, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFARS Change Notice 20001213. The associated North American Industry Classification System (NAICS) code is 334516 and small business size standard is of 500 employees. This acquisition is unrestricted. The complete specification is available via the internet http://heron.nrl.navy.mil/contracts/rfplist.htm Delivery and acceptance is at Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, D.C., 20375, FOB Destination. Delivery shall be no later than 12 months after date of award. The Electron Beam Writing System has 5 options which may be exercised by the Contracting Officer giving written notice any time prior to contract completion. Contract Line Item Number (CLIN) 0001: The contractor shall provide an Electron Beam Writing System in accordance with this notice and Attachment (1). CLIN 0001AA: Training (with user manuals); CLIN 0001AB: Warranty; Option I -- CLIN 0002: Water to Water Heat Exchanger; Option II -- CLIN 0003: Uninterruptible Power Supply; Option III -- CLIN 0004: Alternate Resolution Standard; Option IV -- CLIN 0005: Vibration Isolation Table; Option V -- CLIN 0006: Optional Scan Modes. The proposal must demonstrate an understanding of all the requirements. The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical capability of the item offered to meet the Government requirement; 2. Price and 3. Past Performance. Technical and past performances, when combined, are more important than price. 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). Offerors must complete and submit with its proposal, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1999) and DFARs 252.212-7000 (NOV 1995), Offeror Representations and Certifications -- Commercial Items, which are available electronically at http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (MAY 2001), applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3 Convict Labor (E.O. 11755); 52.233-3 Protest After Award (31 U.S.C. 3553); 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999)(if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8 Utilization off Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-9 Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); 52.219-25 Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub L. 103-355, section 7102, and 10 U.S.C. 2323); 52.219-26 Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a). The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEC 2000) is applicable. The additional DFARs clauses cited in the clause are applicable: DFAR 252.205-7000 Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416); 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DOD Contracts) (15 U.S.C. 637); 252.225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data -- Commercial Items (10 U.S.C. 2320); 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410); and 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). The following additional FAR clauses apply: 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) and 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997). The following additional DFARs clauses apply: 252.204-7004, Required Central Contractor Registration (MAR 2000). In accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), all Electronic and Information Technology (EIT) supplies and services provided under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). EIT is defined at FAR 2.101. Any resultant contract will be a DO Rated order under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of the proposal. An original and two (2) copies of the offeror's proposal shall be delivered to Contracting Officer, Bldg. 222, Room 115, Naval Research Laboratory, 4555 Overlook Avenue, SW, Washington, DC, 20375-5326 on or before 4:00PM, local time, August 27, 2001. The package should be marked with the solicitation number and due date and time.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/ONR/N00173/N00173-01-R-CR09/listing.html)
- Record
- Loren Data Corp. 20010727/66SOL021.HTM (D-206 SN50S8U7)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|