Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
DOCUMENT

66 -- HYDROGEN BROMIDE INDUCTIVELY COUPLED PLASMA REACTIVE ION ETCHER SYSTEM - Solicitation 01

Notice Date
4/4/2008
 
Notice Type
Solicitation 01
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Solicitation Number
N00173-08-R-RS03
 
Archive Date
4/3/2009
 
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, N00173-08-R-RS03 {fill in}, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-23 {fill in} and DFARS Change Notice 20080124 {fill in}. The associated NAICS code is 334516 {fill in} and the small business size standard is 500 employees {fill in }. The Naval Research Laboratory has a requirement for one Oxford Instrument America, Inc. Plasmalab System 100 Hydrogen Bromide Inductively Coupled Plasma Reactive Ion Etcher System (HBr ICP-RIE), OR EQUAL, to be delivered and installed at the Naval Research Laboratory, Washington, DC 20375 (NRL-DC). The required system is intended for use by multiple users at NRL-DC and must, therefore, be (a) computer-controlled via menu-driven software, and (b) user friendly. The require system shall also be functionally and operationally compatible for use in a clean room class 100. The requirements for this acquisition shall include (a) the underlying system, (b) installation and commissioning tasks; (c) system-specific documentation; and (d) system specific optional items. Proposed systems shall comply with the detailed specifications for all of the requirements listed above, which are available at: http://heron.nrl.navy.mil/contracts/RFP/08rs03.htm Delivery and acceptance is at NRL, 4555 Overlook Ave., S.W., Washington, DC 20375-5320, FOB Destination. Delivery, installation and demonstration shall be no later than four (4) months after contract award {fill. The Contractor’s proposal shall also include the following administrative information: DUNS Number, CAGE Code, and TIN Number. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. {include any addenda to this provision here, if needed} The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer, conforming to the solicitation, will be the BEST VALUE to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated The following factors shall be used to evaluate the offers: (a) technical capability of the items offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance 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). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications-- Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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: choose those that apply – include clause by number 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, CHOOSE those that apply – include clause by number.The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration, DFARS 252.204-7004 Alternate A; DFARS 252.211-7003 fill in none in both (c)(1)(ii) and (c)(1)(iii); and DFARS 252-211-7007 fill in none. The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (228) 688-6055. In addition, proposals may be transmitted by e-mail to: rsewell@nrlssc.navy.mil in either Microsoft Word or Acrobat.PDF format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete, original signed proposal at a later date. 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 insert DX if applicable 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. An original and four (4) insert number of copies required) copies of the offeror proposal shall be received on or before the response date noted above, 3:30 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website: http://heron.nrl.navy.mil/contracts/rfplist.htm.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fc3676ab55dcdd2437eb3bc2532f1e3&tab=core&_cview=1)
 
Document(s)
Solicitation 01
 
File Name: Link to Specification (http://heron.nrl.navy.mil/contracts/RFP/08rs03.htm)
Link: http://heron.nrl.navy.mil/contracts/RFP/08rs03.htm

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01547655-W 20080406/080404220828-0fc3676ab55dcdd2437eb3bc2532f1e3 (fbodaily.com)
 
Source
FedBizOpps 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.