SOLICITATION NOTICE
66 -- Dual Chamber Thin Film Deposition System - RFP - Solicitation
- Notice Date
- 5/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-13-Q-0195
- Archive Date
- 6/21/2013
- Point of Contact
- Samira Zewari, Phone: 2027676198
- E-Mail Address
-
samira.zewari@nrl.navy.mil
(samira.zewari@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Proposal Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document number is N00173-13-Q-0195 and this is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 including amendments effective February 28, 2013. This requirement is issued as full and open with restriction under NAICS code 334413. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. STATEMENT OF NEED: The Naval Research Laboratory (NRL) located in Washington, DC has a requirement for Dual Chamber Thin Film Deposition System. Refer to the attached Statement of Need for specific details regarding this requirement. INSTRUCTIONS : To aid in evaluation, proposals shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. All pages of each part shall be appropriately numbered, and identified with the name of the Offeror, the date, and the solicitation number to extent practicable. An Offeror's overall response shall consist of three (3) Parts, individually entitled as stated below. Failure to furnish a full and complete proposal as instructed my result in the Offeror's proposal being considered nonresponsive, therefore eliminated from further consideration and award. Overall, proposal shall be provided on company letterhead, reference N00173-13-Q-0195 and submitted to the attention of the point of contact listed herein and be broken into the below parts and include the following: 1. Part I - Pricing: Pricing shall include the cost of deliver/shipping, installation. a. In addition, unless available via SAM (i.e. www.sam.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial items. 2. Part II - Technical: The following items under the technical evaluation factors are listed in descending order of importance. a. Response to requirements b. Technical performance reference c. Demonstrate system and component reliability d. Service and support e. Cost/price 3. Part III - Past Performance: No cost/price information is to be included with this Part. Past Performance shall include a list of no more than four (4) contracts or subcontracts, the same and/or similar in level of complexity, and/or scope as describe in the solicitation with preference given to those installed within the continental United States or Canada, during the past three (3) years. Please refer to Past Performance Questionnaire attached in solicitation package. The Government reserves the right to contact these references as well as use any additional information it has or obtains. Prior to submitting an offer, Offerors must be actively registered in System For Award Management (SAM) per FAR 52.204-99, System for Award management. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submitting an offer, the Offeror acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment or any contract resulting from the solicitation. To be eligible for award, prospective Offerors must be registered in SAM under the appropriate business category and NAICS code. DUE DATE : Proposals are due no later than Noon Eastern Time; June 6, 2013 will be accepted by e-mail. Proposals are to be submitted to the attention of Point of Contact listed in this Notice. Offeror are responsible for confirming receipt of their proposals. POINT OF CONTACT: The primary point of contact for this solicitation is Samira Zewari, Contracting Officer who can be reached via telephone at 202-767-6198, via e-mail at Samira.Zewari@nrl.navy.mil. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. a. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Response to requirement, Technical performance reference, demonstrate system and component reliability, service and support when combined, are significantly more important than price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The Government reserves the right to award to other than the lowest offer. The Government reserves the right to make an award without discussions. PROVISIONS: The following provisions are incorporated by reference and apply to this solicitation: 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transactions (Sept 2007); 52.209-2,Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); 52.212-1 Instructions to Offers Commercial Items (Feb 2012); 52.212-3 Offeror Representative and Certifications and Certifications - Commercial items (Dec 2012); 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-25 Affirmative Action Compliance (Apr 1984); 52.225-2 Buy American Act Certificate (Feb 2009); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); and 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). The full text of these provisions and clauses my be accessed electronically at http://acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/3400/N00173-13-Q-0195/listing.html)
- Place of Performance
- Address: 4555 OVerlook Aven, SW, washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN03059402-W 20130512/130510235157-f84221795437361e2ec846f8b3254979 (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 |