Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2004 FBO #0990
SOLICITATION NOTICE

36 -- Chemical Vapor Deposition Furnace Gas Distribution System

Notice Date
8/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-CR05
 
Response Due
9/9/2004
 
Archive Date
9/10/2005
 
Point of Contact
Alan Crupi, Contract Specialist, Phone 202-767-3595, Fax 202-767-0430, - F. Janilea Bays, Contracting Officer, Phone 202-767-2974, Fax 202-767-0430,
 
E-Mail Address
crupi@contracts.nrl.navy.mil, bays@contracts.nrl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 solicitation, N00173-04-R-CR05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-24 and DFARS Change Notice 20040625. The associated small business size standard is 1000 employees. The Naval Research Laboratory (NRL-DC) has a requirement for one each gas distribution system to implement growth of low-pressure chemical vapor deposition (LPCVD) silicon nitride, polysilicon, and wet-oxidation of silicon to form silicon dioxide. The system consists of gas handling equipment, stainless steel gas lines and a furnace exhaust kit. The system must be capable of delivering dichlorosilane, silane, ammonia, oxygen and nitrogen gases from bottles stored in gas storage cabinets to an LPCVD/wet-ox furnace system. The contractor must provide the gas cabinets, process and purge panels, gas regulators, toxic gas sensors, and controls for automatic shutdown of toxic gases. The contractor must provide single and double-wall stainless steel tubing, all necessary weldments, fittings and attachments to connect the gas bottles to the LPCVD deposition system in addition to providing a heated foreline tube and power transformer to be used in the exhaust of gases from this system. Installation: The contractor shall provide complete installation and conduct operational testing at NRL-DC. Warranty: The contractor shall provide a standard commercial warranty for all parts and labor. Delivery and acceptance is at the Naval Research Laboratory, Washington, DC 20375, FOB Destination. The system has several options that are detailed in the specification. Complete specifications are available at http://heron.nrl.navy.mil/contracts/RFP/04cr05.htm Delivery and installation is to be completed no later than 90 calendar days after contract award. Delivery of optional items will be determined at time of option exercise, if exercised. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement (FAR 52.217-5). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government reserves the right to exercise any or all options at time of contract award. The options may be exercised by the Contracting Officer giving written notice any time prior to contract completion. The Government may make multiple awards from this solicitation. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.233-3, 52.203-6, 52.219-4, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-29, 52.232-33 and 52.239-1. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024, 252.204-7004 and 252.211-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The proposed contract is 100 percent set aside for small business concerns (See Note 1). All responsible sources may submit a bid, proposal or quotation, which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm
 
Place of Performance
Address: Naval Research Laboratory, 4555 Overlook Ave SW, Washington DC
Zip Code: 20375
Country: US
 
Record
SN00640869-W 20040812/040810212840 (fbodaily.com)
 
Source
FedBizOpps.gov 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.