Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

36 -- Chemical Mechanical Planarization System

Notice Date
5/14/2020 10:35:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20Q0005
 
Response Due
5/22/2020 1:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Shani L. Smith, Tasha Williams
 
E-Mail Address
shani.l.smith@nasa.gov, tasha.williams@nasa.gov
(shani.l.smith@nasa.gov, tasha.williams@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 3 (May 14, 2020): Below please find a Vendor Question and Government Answer in response to the Chemical Mechanical Planarization System Combined Synopsis/Solicitation (Amendment 2): Vendor Question: Could you please confirm the dimensions for the system as it is being moved in? Government Answer: The dimensions listed in SOW (Page 3) are the correct dimensions for the system in its operating configuration.� When assembled, the tool will have a footprint not to exceed 72� width, 97� depth, and 92� height in order to fit within the laboratory space with required minimum clearances from walls or other structures.� For delivery however, the tool may be packaged by the vendor in several crates, the maximum dimensions of which will not exceed 57� width, 97� length, and 82� height (including means of transport).� The height restriction for components being moved in (82�) is less than the permissible height after assembly within the laboratory space because the components need to pass within the height of several doorways. The width restriction for components being moved (57�) in is set by the width of the narrowest doorway.� The length restriction for components being moved in (97�) is set by the necessity for a component to be turned at an angle to pass from a hallway into the laboratory through a laboratory door.�� AMENDMENT 2 (May 7, 2020): As a result of revisions to the Chemical Mechanical Planarization System requirements, the Combined Synopsis/Solicitation and Statement of Work have been updated and the quote response time has been extended to Friday, May 22, 2020 @ 4pm. Please find the attached documents for your reference: Combined Synopsis & Solicitation � CMP Tool (Amendment 2) � 7 May 2020; Revised Chemical Mechanical Planarization System Statement of Work; and Attachment A: Spare Parts Listing (to be submitted with quote in accordance with Statement of Work). All questions/clarifications must be submitted in writing via e-mail to shani.l.smith@nasa.gov no later than May 12, 2020.� Quotes are due no later than May 22, 2020 at 4pm Eastern Standard Time. Quotes shall be emailed to: Shani L. Smith, Contract Specialist, at shani.l.smith@nasa.gov.� All prospective offerors are responsible for responding to this notice in its entirety.� For vendors who previously submitted a quote in response to the Original notice, please update your quote in accordance with the updated requirements and re-submit accordingly. AMENDMENT 1 (February 10, 2020): Please find the attached Questions and Answers in response to the Chemical Mechanical Planarization System Combined Synopsis/Solicitation�as well as the�updated Statement of Work. ORIGINAL (January 31, 2020) NASA/GSFC has a requirement to acquire a Chemical Mechanical Planarization or Polishing (CMP) tool for use in the production of multilayer circuits on 100 mm, 150 mm and 200 mm silicon wafers for technology demonstrations and flight hardware of detector focal planes and other components.� This requirement is in support of NASA/GSFC�s Detector Development Laboratory (DDL). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), in conjunction with FAR Part 13.5 (Simplified Procedures 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 80GSFC20Q0005. This solicitation is being issued as a Request for Quotation (RFQ). The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 2020-04. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 333242 (Semiconductor Machinery Manufacturing); Small Business Size: 1500 Employees. The Government intends to enter into a Firm-Fixed-Price contract. The delivery schedule of the system to be acquired and the place of delivery are stated in the Statement of Work for a Chemical Mechanical Planarization System. The place of acceptance and Free on Board (F.O.B.) point is Destination. Quotes submitted on a basis other than F.O.B Destination will be rejected as nonresponsive. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), apply to this acquisition. The following provisions also apply: 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.209-7, Information Regarding Responsibility Matters (Oct 2018) The provisions at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), apply to this acquisition. The following factors shall be used to evaluate quotes (descending order of importance): 1) Technical Capability of the items and services offered to meet the Government�s requirement, 2) Price, and 3) Past Performance. Technical and Past Performance, when combined, are significantly more important than Price. The Government reserves the right to make award to the offeror whose quote provides the best overall value to the Government. The offeror shall submit, as part of its quote, information on current or previously performed work, similar to the requirements of the Statement of Work for a Chemical Planarization System.� This experience shall include work performed for Federal, State or local Governments and commercial firms within the past three years or the last three such contracts performed, whichever is fewer.� �Information provided shall be limited to the name and address of the organization for whom the product/services were provided, the name of the contract, and the name and number (phone and fax) of a point of contact for each contract listed. The offeror should not provide a narrative/details pertaining to the past performance history in the quote. The offeror should, however, include discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The offeror should also include a description of any quality awards earned in connection with the contract. 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 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 containing relevant past performance history. The quote should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), with its quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition.� The following clauses are included as addenda to FAR 52.212-4: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at the following addresses: Federal Acquisition Regulation: https://www.acquisition.gov//browsefar NASA FAR Supplement (NFS) clauses: https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf 1852.203-71, Requirement to Inform Employees of Whistleblower Rights (Aug 2014) 1852.215-84, Ombudsman (Nov 2011) * 1852.223-75, Major Breach of Safety or Security (Feb 2002), Alternate I (Feb 2006) 1852.233-70, Protests to NASA (Dec 2015) 1852.237-70, Emergency Evacuation Procedures (Dec 1988) 1852.237-73, Release of Sensitive Information (Jun 2005) *The Center Ombudsman can be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��(End of clause) 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 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 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 [insert name of NASA installation], 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) �GSFC 52.232-95, Invoices � Submission of (Mar 2018) (a) Payment Office. The designated payment office is the NASA Shared Services Center (NSSC) located at FMD Accounts Payable, Bldg. 1111, Jerry Hlass Road, Stennis Space Center, MS 39529. �Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments. �(b) Invoices. �Except for classified invoices, invoices shall be prepared in accordance with the invoicing instructions in FAR 52.212-4(g). In addition, invoices shall be submitted using the steps described at the NSSC�s Vendor Payment information web site at https://www.nssc.nasa.gov/vendorpayment. � �(c) Improper invoices. The NSSC Payment Office will notify the contractor of any apparent error, defect, or impropriety in an invoices within seven calendar days of receipt by the NSSC Payment Office. Inquiries regarding requests for payment should be directed to the NSSC as specified in paragraph (b) of this section. �(d) In the event that amounts are withheld from payment in accordance with provisions of this award, a separate payment request for the amount withheld will be required before payment for that amount may be made. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2019) applies to this acquisition.� The following additional FAR clauses cited in this clause 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 2018) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 19-02) (Jul 2019) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2019) 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) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 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 (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1, Buy American�Supplies (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) This is not a Defense Priorities and Allocations System (DPAS) rated order. If the end product(s) offered is other than domestic end product(s) as defined in the clause FAR 52.225-1, Buy American- Supplies (May 2014), the offeror shall state so and shall list the country of origin. All questions/clarifications must be submitted in writing via e-mail to shani.l.smith@nasa.gov no later than February 6th, 2020.� Quotes are due no later than March 2nd, 2020 at 4pm Eastern Standard Time. Quotes shall be emailed to: Shani L. Smith, Contract Specialist, at shani.l.smith@nasa.gov. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. Prospective offerors shall notify this office of their intent to submit a quote. It is the offeror�s responsibility to monitor the Internet site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Contracting Office Address: NASA/Goddard Space Flight Center Code 210.M Greenbelt, MD 20771, United States Place of Performance: The Construction of the Tool shall be performed at the Supplier�s facilities. The Installation and Training shall be performed at NASA/GSFC, Greenbelt, Maryland. Primary Point of Contact: Shani L. Smith Contract Specialist shani.l.smith@nasa.gov; Phone: 301-286-7213 Secondary Point of Contact: Tasha Williams Contracting Officer tasha.williams@nasa.gov; Phone: 301-286-3459
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f6a5a8ab5e1d49ab80fecaac91525e1a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05657888-F 20200516/200514230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.