SOLICITATION NOTICE
66 -- Plasma Enhanced Chemical Vapor Deposition System
- Notice Date
- 3/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- N00173-05-R-SC02
- Response Due
- 4/4/2005
- Archive Date
- 3/3/2006
- 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, N00173-05-R-SC02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-27 and DFARS Change Notice 20050222. The associated small business size standard is 500 employees. NRL has a requirement for (CLIN 0001) Plasma Enhanced Chemical Vapor Deposition (PECVD) System. The PECVD will be placed in a multiple user facility and must provide ease of operation and safety to those in the facility. The Laboratory space will have 110 volts alternating current (VAC) and 220 VAC, single phased, 60-Hertz (Hz) electrical power and all acquired facilities within a class 100 clean-room. To include the option of gas delivery system with heated lines for use with liquid gas source, the option for a silane furnace (burn box) installed in pumping line to react residual silane, operation and maintenance manuals, and basic training on installation of gas, water, air, and vacuum schematics, and troubleshooting manual for common servicing and repairs of electrical, mechanical, and computer software problems. Vendor shall also provide the option to allow upgrades of up to 12 gas lines. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/05sc02.htm Delivery and acceptance is at the Naval Research Laboratory (NRL), Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 120 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. 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. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at http://heron.nrl.navy.mil/contracts/repsandcerts.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, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203.6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-29, 52.232-33, and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 522.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023, 252.247-7024, 252.204-7004, and 252.211-7003. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contract provided below. Paragraph (C) is completed as follows: (202) 767-5896 (primary) or (202) 767-0430 (alternate). In addition, proposals may be transmitted by email to: Christy.Somers@nrl.navy.mil (primary) or Jan.Bays@nrl.navy.mil (alternate) in either Microsoft Word (2000- or earlier) or PDF format. Only one signed facsimile copy is required. A complete original signed offer may be requested. All EIT supplies and services provided under any resultant 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). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. If facsimile submission is not used, an original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer, Code 3220.SC. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Place of Performance
- Address: Naval Research Laboratory, Washington, DC,
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN00762182-W 20050305/050303212351 (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 |