Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

66 -- HIGH VACUUM CARBON EVAPORATION SYSTEM

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
335991 — Carbon and Graphite Product Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ04070737Q
 
Response Due
8/10/2004
 
Archive Date
8/2/2005
 
Point of Contact
Seena K. Mathews, Contract Specialist, Phone (281) 483-4202, Fax (281) 483-4066, Email seena.k.mathews@nasa.gov - Charles A. Riley, Contracting Officer, Phone (281) 483-6280, Fax (281) 483-4173, Email charles.a.riley@nasa.gov
 
E-Mail Address
Email your questions to Seena K. Mathews
(seena.k.mathews@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 the purchase of a high vacuum carbon evaporation system. The high vacuum carbon evaporation system must operate using an entirely dry vacuum system, utilizing either a dry scroll or diaphragm pump for roughing and a turbo-molecular pump for high vacuum operation. During the evaporation process, the chamber pressure must be evacuated to lower than 4x10-5 mbars, but preferably operate within the 10 ?7 mbar range. It should possess the following additional features: 1. A liquid nitrogen cold trap. 2. A large work chamber capable of handling samples up to 20 cm in diameter. 3. Sample rotation and tilting capability. 4. A carbon rod evaporation source. 5. Multiple ports within the chamber base for optional accessories such as other types of metal sputtering and or thermal evaporation techniques. 6. Automated vacuum and evaporation operation. Options that would be beneficial though are not required: 1. Piezoelectric thickness monitoring of films. The provisions and clauses in the RFQ are those in effect through FAC 01- 24. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 335991 & 750 employees, respectively. The offeror shall state in their offer their size status for this procurement. Any qualifying offeror must be registered with the Central Contractor Registration (CCR) Database and have a valid/active Commercial and Government Entity (CAGE) code. Weblink: www.ccr.gov All responsible sources may submit an offer, which shall be considered by the agency. Delivery to the Johnson Space Center (JSC) is required within 30 days after issuance of order. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 10, 2004 to NASA Johnson Space Center, Projects Procurement Office, Attn: Seena Mathews/BH4, 2101 NASA Parkway, Houston, TX 77058, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), and identification of any special commercial terms. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. ADDENDA to FAR 52.212-1 are as follows: ADDENDA: (A) PERIOD OF ACCEPTANCE OF OFFERS. The Offeror agrees to hold the prices in its offer firm for 60 days from the date specified in the receipt of offers. (B) 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991). (C) 52.214-35 SUBMISSION OF OFFERS IN THE U.S. CURRENCY (APR 1991). (D) 52.215-5 FACSIMILE PROPOSALS (OCT 1997) NOTE: Please contact either Seena Mathews, Contract Specialist, at 281-483-4202, or Charles A. Riley, Contracting Officer, at 281-483-6280, to insure that someone is able to receive the facsimile prior to sending it. The telephone number of receiving facsimile equipment is: 281-483-4066 or 281-483-4173. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) FAR 52.219-14, Limitations on Subcontracting (Dec 1996) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Apr 2002) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.225-1, Buy American Act-Supplies (June 2003) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) 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. 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 Seena Mathews not later than August 5, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. The number of features offered on the system and how they integrate into one robust system that is easy to operate and use in a multi-user environment shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . 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=D&pin=73 . 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=73#111680)
 
Record
SN00635174-W 20040804/040802212545 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.