Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

66 -- COMBINATION HGIH VACUUM AND CONTROLLED ATMOSPHERE FURNANCE SOL N00173-00-R-HA06 POC 11. Hilda R. Abdon, Contract Specialist, Code 3220.HA, (202) 767-0682, Kevin King, Contracting Officer E-MAIL: Click here to forward a request via e-mail, Abdon@contracts.nrl.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. This solicitation, N00173-00-R-HA06 is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-16 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 employees and the SIC code is 3567. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, a Combined High Vacuum and Controlled Atmosphere Furnace to successfully fabricate the next generation of advanced microwave and millimeter-wave vacuum electronics devices and CLIN 0002, Reports and Data in accordance with Exhibit A. The required instrument shall meet or exceed the Specification. The Specification is available via the Internet (Web site: http://heron.nrl.navy.mil/contracts/rfplist.htm) as an attachment to this solicitation. Paper copies of the RFP will not be provided. Full documentation of operating instructions, repair/maintenance manual, and schematic drawings must be included. The contractor must provide a standard commercial warranty, including an offer of extended warranty as provided in customary commercial practice. The contractor will be required to certify that the offered equipment will perform precisely as described in this specification. All capabilities must be demonstrated and will be reviewed prior to final acceptance of the instrument. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB Destination, no later than 180 days from date of award. The FAR and DFAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 52.212-1 Instructions To Offerors -- Commercial Items. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies that has been determined to comply with the requirements of the solicitation. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000 (Web site: http://heron.nrl.navy.mil/contracts/reps&certs.htm) and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-4, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, FAR 52.232-34, and FAR 52.247-64. The additional clauses cited applicable to this acquisition are DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, DFARS 252.204-7004, DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, and DFARS 252.247-7023 (Alt. 1). Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220.HA, 4555 Overlook Ave., S.W., Washington, D.C., 20375-5326 no later than 4:00 p.m. E.S.T. on 15 June 2000. The package should be marked RFP N00173-00-R-HA06, Closing Date: 15 June 2000. For more information regarding this solicitation contact Hilda R. Abdon, Contract Specialist, (202) 767-0682. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number HA05. Posted 05/18/00 (W-SN456365). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0181 20000522\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page