Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOLICITATION NOTICE

93 -- Photomasks

Notice Date
3/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
327211 — Flat Glass Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W71B7J-4336-6045
 
Response Due
3/24/2005
 
Archive Date
5/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W71B7J-4336-6045. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-25. (iv) This acquisition is set-aside for Small Business only. This associated NAICS code is 327211. The small business size standard is 1000. (v) The following is a list of Contract Line Item Number (CLIN)(s) and items, quantities; the offeror must complete the Unit Price for each CLIN so that the Government can order photomasks at any quantity from 1 to 175 for the periods of time define d in each CLIN. Optional CLINs may be exercised by the Government anytime prior to the expiration of any current CLIN period of performance. (vi) Description of requirements: CLIN 0001, The Contractor shall deliver up to 175 Photomasks, to include shipping charges, in accordance with the following specifications: size, 5 inch x 5 inch x .090 inch with a minimum 3.0 micrometer Um line (100 MM Wafer) for a one year period from the date of contract award. The Contractor shall provide a secure Website address for specific orders to be placed by an authorized agent of US Army Research Laboratory (ARL) to include a running tally for the total quantity of orders placed for the one year period. Unit Price = OPTIONS CLIN 0002, The Contractor shall deliver up to 175 Photomasks, to include shipping charges, in accordance with the following specifications: size, 5 inch x 5 inch x .090 inch with a minimum 3.0 micrometer Um line (100 MM Wafer) for a one yea r period commencing the day after CLIN 0001 expires. The Contractor shall provide a secure Website address for specific orders to be placed by an authorized agent of ARL to include a running tally for the total quantity of orders placed for the one year p eriod. Unit Price = CLIN 0003, The Contractor shall deliver up to 175 Photomasks, to include shipping charges, in accordance with the following specifications: size, 5 inch x 5 inch x .090 inch with a minimum 3.0 micrometer Um line (100 MM Wafer) for a one yea r period commencing the day after CLIN 0002 expires. The Contractor shall provide a secure Website address for specific orders to be placed by an authorized agent of ARL to include a running tally for the total quantity of orders placed for the one year p eriod. Unit Price = CLIN 0004, The Contractor shall deliver up to 175 Photomasks, to include shipping charges, in accordance with the following specifications: size, 5 inch x 5 inch x .090 inch with a minimum 3.0 micrometer Um line (100 MM Wafer) for a one yea r period commencing the day after CLIN 0003 expires. The Contractor shall provide a secure Website address for specific orders to be placed by an authorized agent of ARL to include a running tally for the total quantity of orders placed for the one year p eriod. Unit Price = CLIN 0005 The Contractor shall deliver up to 175 Photomasks, to include shipping charges, in accordance with the following specifications: size, 5 inch x 5 inch x .090 inch with a minimum 3.0 micrometer Um line (100 MM Wafer) for a one ye ar period commencing the day after CLIN 0004 expires. The Contractor shall provide a secure Website address for specific orders to be placed by an authorized agent of ARL to include a running tally for the total quantity of orders placed for the one year period. Unit Price = (vii) Delivery is required two (2) days af ter placement of each individual website order. Acceptance shall be performed at Army Research Laboratory, Adelphi, MD 20783-1197 by a Government Representative. The FOB is Destination. Period of performance is five (5) years total. (viii) The provision at 52.212-1, Instruction to Offerors  Commercial, applies to this acquisition. The following addenda have been attached to the provision: None (ix) The provision at FAR 52.212-2, Evaluation  Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) The successful offeror must have a history selling comparable photomasks for at least one year. Offerors must provide references to support their sales in addition to pricing data for current sales of comparable items. (b) The Government will compute the low-price offer based on a function of multiplying the offerors Unit Price entered for each CLIN against the maximum quantity of 175 units for each CLIN and adding up those totals for a total price for the offer. Award will be made to the offeror complying with paragraph (ix) subparagraph (a) and which offer is determined to be the lowest priced based on the calculation described above. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications  Commercial Items, and DFARS 252.212-7000, Offerors Representation and Certifications  Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this solicitation. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders  Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to D efense Acquisitions of Commercial Items, applies to this acquisition. (xiii) The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52222-35, 52.222-36, 52.222-37, 52.232-33, DFARS 252.205-7000, 252.225-7012, 252.232 -7003 and 252.243-7002. Clauses and provisions can be obtained at http://www.arnet.gov. For the clauses referenced within the following DFARS clause 252.232-7007, refer back to 52.212-4, Contract Terms and Conditions  Commercial Items, subparagraphs (d) Disputes, (1) Termination for the Governments Convenience and (m) Termination for cause. The following DFARS clause is provided in full text: 252.232-7007, LIMITATION OF GOVERNMENTS OBLIGATION (AUG 1993) ALTERNATE I (AUG 1993). LIMITATION OF GOVERNMENTS OBLIGATION (AUG 1993) with ALTERNATE I (AUG 1993). (a) Contract line item 0001 (or any subsequent CLIN exercised by the Government) is incrementally funded. The sum of $ * is presently available for payment and allotted to this contract. An allotment schedule is contained in paragraph (i) of this clause. * To be inserted after negotiation. (b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Governments con venience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled Termination for Convenience of the Government. As used in this clause, the total amount payable by the Government in the event of termina tion of applicable contract l ine item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractors best judgment, the work will r each the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notificatio n will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clau se, for a subsequent period as may be specified in the allotment schedule in paragraph (i) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractors notific ation, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled Termination for Convenience of the Government. (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs addit ional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of t he item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled Disputes. (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled Default. The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph ( a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled Termination for Convenience of the Government. (i) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract $ 40,000 (month) (day), 2005 $ as required (month) (day), 2005 $ to fill future (month) (day), 2005 $ orders_____ (End of clause) (xiv) The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.032-4418, 52.004-4408, 52.005-4401, AMC-Level Protest Program (Oct 1996) and US Army RDECOMAC  Adelphi Contracting Division Website. Provisions can be obtained at http://www.arl.army.mil/contracts/opport.ht m. (xv) The following notes apply to this announcement. The proposed solicitation is 100% set aside for small business concerns. (xvi) Offers are due on 24 March 2005 by 11:59 pm, Eastern Standard time, via email to twilson@arl.army.mil. (xvii) For information regarding this solicitation, please contact Ms. Theresa Wilson, Contract Specialist, 301-394-4229, twilson@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00765626-W 20050311/050309212155 (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.