Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
SOLICITATION NOTICE

36 -- High Uniformity Electron-Beam Deposition Tool - Statement of Work

Notice Date
4/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG17620010Q
 
Archive Date
5/27/2017
 
Point of Contact
Giulietta R. Dahl, Phone: 3012862412, Antwan G. Reid, Phone: 3012866843
 
E-Mail Address
giulietta.r.dahl@nasa.gov, Antwan.G.Reid@nasa.gov
(giulietta.r.dahl@nasa.gov, Antwan.G.Reid@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work NASA/GSFC has a requirement for a High Uniformity Electron Beam Deposition Tool in order to produce electron-beam-evaporated, thin metal film detector elements. These thin films are incorporated into x-ray focal planes and are planned for the NASA contribution to the x-ray detector for Athena and other missions and opportunities. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), in conjunction with FAR Part 13.5 (Test Program for Certain Commercial Items) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NNG17620010Q. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition is a Total Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this acquisition is 333242; Small Business Size: 500 Employees. The Government intends to enter into a Firm-Fixed-Price contract. The High Uniformity Electron Beam Deposition Tool Statement of Work includes the items being acquired, delivery terms, place of delivery, and acceptance. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The following factors shall be used to evaluate offers: Descending Order of importance: 1) Technical Capability of the items offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical capability and past performance, when combined, are significantly more important than Price. If the proposed equipment can exceed the requirements for uniformity of film thickness and low contamination listed in the Statement of Work (SOW), the vendor shall indicate the ultimate capability of the system as this shall be considered in the technical appraisal. The proposal made by the vendor shall contain the complete details to indicate how the specifications for the film thickness uniformity and vacuum pressure will be achieved. These shall be detailed calculations of the proposed design and evidence of performance from existing systems. The technical representative will evaluate the viability of the system based on these details. The proposal shall describe how no magnetic contamination will be evident in the thin metal films after deposition and ion clean of the substrate. The offeror shall submit existing product literature in addition to information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past five years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone and fax) of a contact for each contract listed. The offeror shall provide a brief statement explaining how each past performance reference demonstrates their ability to provide a tool that meets the requirements outlined in the statement of work. The information should also include discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror and any specifics regarding The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The place of acceptance of the tool and FOB point is Destination. FOB Destination offers are desired. Offers submitted on a basis other than FOB Destination will be rejected as non-responsive. The following clauses apply to this acquisition: 1852.225-70 EXPORT LICENSES. (FEB 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR parts 120-130, and the Export Administration Regulations (EAR), 15 CFR parts 730-799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at Goddard Space Flight Center where the foreign person will have access to export-controlled technical data or software. (c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions. (d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. (End of clause) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, Alternate I with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (Oct 2015) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016) 52.223-6, Drug-Free Workplace (May 2001) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1, Buy American Act-Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following NASA FAR terms and conditions apply to this acquisition: 1852.215-84, Ombudsman (Nov 2011)* 1852.223-72, Safety and Health (Short Form) (Jul 2015) 1852.223-75, Major Breach of Safety or Security (Feb 2002), with Alternate I (Feb 2006) 1852.237-70, Emergency Evacuation Procedures (Dec 1988) 1852.237-73, Release of Sensitive Information (Jun 2005) 1852.246-72, Material Inspection and Receiving Report (Apr 2015) The provision at 52.204-16, Commercial and Government Entity Code Reporting, applies to this acquisition. The provision at 52.204-7, System for Award Management, applies to this acquisition. The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. The provision at 52.209-7, Information Regarding Responsibility Matters, applies to this acquisition. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. Offers are due no later than May 12, 2017 at 4:30 pm Eastern Standard Time. Offers shall be e-mailed to: Giulietta Dahl, Contract Specialist, at Giulietta.r.dahl@nasa.gov. All questions/clarifications must be submitted in writing via e-mail to Giulietta.r.dahl@nasa.gov no later than May 5, 2017 at 4:30 pm Eastern Standard time. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6236d3f8f622d65ed76a0fa3f27c0c0f)
 
Record
SN04488286-W 20170429/170427235150-6236d3f8f622d65ed76a0fa3f27c0c0f (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.