SOLICITATION NOTICE
59 -- THREE-WAFER CAROUSEL LOADLOCK FOR DRIE
- Notice Date
- 5/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- 553-23186-GDN
- Response Due
- 6/10/2003
- Archive Date
- 5/24/2004
- Point of Contact
- Lou Etta M Milstead, Contract Specialist for Simplified Acquisition, Phone (301) 286-6937, Fax (301) 286-1720, Email Lou.Etta.M.Milstead@nasa.gov - Elizabeth Austin, Contracting Officer, Phone (301) 286-6843, Fax (301) 286-1720, Email Elizabeth.J.Austin@nasa.gov
- E-Mail Address
-
Email your questions to Lou Etta M Milstead
(Lou.Etta.M.Milstead@nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for one (1) three-wafer carousel loadlock system for a deep reactive ion etcher (DRIE) made by STS. NASA Goddard Space Flight Center has already purchased a deep reactive ion etcher (DRIE) from Surface Technology Systems and has a requirement to add a three-wafer carousel loadlock for that system. The three-wafer carousel loadlock will allow the automatic processing of three wafers to significantly improve production efficiency. The three-wafer system consists of one (1) each: carousel loadlock, carousel loadlock adapter kit, fixed carousel spatula 3X, carriage stops (3 position), and a software change to accommodate carousel. Quotes shall include installation labor (to include expenses for a service engineer to come to NASA Goddard Space Flight Center) and a one year warranty on all parts and labor. The provisions and clauses in the RFQ are those in effect through FAC 01-12. The NAICS Code and the small business size standard for this procurement are 333295 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to GSFC is required. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 PM, Eastern time, June 10, 2003 to NASA Goddard Space Flight Center, Code 210M, Bldg.11, Attn: Lou Etta Milstead, Greenbelt, MD 20771 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), CAGE Code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (11)52.222-21; (12)52.222-26; (13)52.222-35; (14)52.222-36; (15)52.222-37; (16)52.222-19; (18)52.225-1; and (25)52.232-34. NASA FAR Supplement Clauses 1852.204-74, CENTRAL CONTRACTOR REGISTRATION (May 2002); 1852.223-72, Safety and Health (Short Form)(MAY 2001); and 1852.225-70, Export Licenses (FEB 2000) are incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Lou Etta Milstead not later than June 2, 2003. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#105958)
- Record
- SN00332150-W 20030526/030524213149 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |