SOLICITATION NOTICE
59 -- Purchase of 1 FIJI F200 Gen 2 Plasma Atomic Layer Deposition System - FAR 52.209-11
- Notice Date
- 1/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333242
— Semiconductor Machinery Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q17R0074
- Archive Date
- 2/25/2017
- Point of Contact
- Irsha A. Maske, Phone: 2568421826
- E-Mail Address
-
irsha.a.maske.civ@mail.mil
(irsha.a.maske.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.209-11 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. Solicitation number W31P4Q-17-R-0074 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to UltraTech CNT, 130 Turner Street Building 2 Waltham, MA 02453. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is for one Fiji F200 Gen 2 Plasma ALD System delivery, installation, and a one year warranty on parts and labor that will be housed in Building 7804, Redstone Arsenal, AL. The System must meet the following requirements: (1) Ability to deposit high quality picometer films in alternating stacks to create optical films. (2) No mechanical moving parts nor a showerhead above the substrate surface. (3) Shutter-free isolation of plasma unit from chamber. (4) Integrated hot foil trap to capture reaction by products. (5) Does not require water cooling. (6) No virtual valves to control gas flows. (7) Single chamber system enables faster heat-up of samples and faster heat up time. The anticipated delivery date is four months from date of award. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Supply CLIN - This CLIN will be issued for the total acquisition of the required service. The place of delivery, acceptance and FOB point is: US Army Research, Development and Engineering Command Weapons Development and Integration Directorate RDMR-WDS-WR Building 7804 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: • 52.203-3 - Gratuities (Apr 1984) • 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995) • 52.204-7 - System for Award Management • 52.204-16- Commercial and Government Entity Code Reporting (Jul 2016) • 52.204-17 - Ownership of Control of Offeror (Jul 2016) • 52.204-18- Commercial and Government Entity Code Maintenance (Jul 2016) • 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) • 52.212-1 - Instructions to Offerors - Commercial Items • 52.212-3 - Offeror Representations and Certifications - Commercial Items • 52.212-4 - Contract Terms and Conditions - Commercial Items • 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.219-8- Utilization of Small Business Concerns (Nov 2016) o 52.219-28 - Post Award Small Business Program Representation o 52.222-3 - Convict Labor o 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o 52.222-21 - Prohibition of Segregated Facilities o 52.222-26 - Equal Opportunity o 52.222-35-Equal Opportunity for Veterans (Oct 2015) o 52.222-36-Equal Opportunity for Workers with Disabilities (Jul 2014) o 52.222-37-Employment Reports in Veterans (Feb 2016) o 52.222-40-Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) o 52.222-50-Combating Trafficking in Persons (Mar 2015) o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o 52.225-13 - Restrictions on Certain Foreign Purchases o 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management • 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors • 52.233-3 Protest After Award (Aug 1996) • 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) • 52.242-15 - Stop-Work Order • 52.246-2 - Inspection of Supplies-Fixed Price • 52.246-16-Responsibility for Supplies • 52.247-34 -F.O.B. Destination • 52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section • The following DFARS clauses are applicable to this requirement: • 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials • 252.203-7005-Representation Relating to Compensation of Former DoD Officials (Nov 2011) • 252.204-7011 Alternative Line Item Structure (Sep 2011) • 252.211-7003 - Item Unique Identification and Valuation (Mar 2016) • 252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 2016) • 252.222.7007 -Representation Regarding Combating Trafficking in Persons (Jan 2015) • 252.222.7008-Prohibition of Hexavalent Chromium (Jun 2013) • 252.225.7001-Buy American and Balance of Payments Program (Dec 2016) • 252.225.7012-Preference for Certain Domestic Commodities (Dec 2016) • 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports • 252.232-7006 - Wide Area Workflow Payment Instructions • 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel • 252.243-7002-Requests for Equitable Adjustment (Dec 2012) • 252.244-7000-Subcontracts for Commercial Items (Jun 2013) • 252.246-7008 - Sources of Electronics Parts (Oct 2016) • 252.247-7023- Transportation of Supplies by Sea • 252.203-7995- Prohibition on Contracting With Entities that require certain internal confidentiality agreements-Representation (Deviation 2017-O0001) Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, FARS 52.209-11 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 10 February 2017 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Irsha Maske at Irsha.a.maske.civ@mail.mil or via facsimile at 256-313-2392, marked to the attention of Irsha Maske. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB *ATTN: Irsha Maske (256-842-1826) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 *Please ensure that you include the phone number on your mailing label in order to ensure delivery to the appropriate POC. Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Irsha Maske via email at Irsha.a.maske.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c82719de9a80f98e0cadbc5eb827f10f)
- Place of Performance
- Address: US Army RDECOM, WDID, RDMR-WDS-WR, Building 7804, Redstone Arsenal, AL 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04384661-W 20170201/170130234022-c82719de9a80f98e0cadbc5eb827f10f (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 |