SOLICITATION NOTICE
66 -- Photolithographic Pattern Generator
- Notice Date
- 11/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333314
— Optical Instrument and Lens 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
- N00173-05-R-CR02
- Response Due
- 12/7/2004
- Archive Date
- 12/7/2005
- 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, N00173-05-R-CR02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-25 and DFARS Change Notice 20041101. The Naval Research Laboratory (NRL-DC) has a requirement for (CLIN 0001 ? one each) Photolithographic Pattern Generator. The photolithographic pattern generator will be used as a high precision instrument using raster technology to image on various substrates such as silicon, glass, film or other photosensitive type plates. The pattern generator must be capable of patterning photosensitive polymers for the fabrication of semiconductor masks, integrated optics, electrical leads, biosensor electrodes, bond pads, shadow masks, micro electromechanical systems (MEMS), bioMEMS and devices for any application where high precision, high resolution images must be produced. Examples of standard photopolymers which the tool must be able to expose are: Clariant broadband g & i-line resists & Shipley 1800 series resists. In order for the tool to accommodate the largest number of NRL researchers, the data conversion software must be capable of handling at least the following formats: CIF (common intermediate format), GDSII (graphic design system), Gerber and DXF (data exchange format). The contractor shall provide miscellaneous documentation, installation and training. Complete specifications are available at http://heron.nrl.navy.mil/contracts/RFP/05cr02.htm This requirement has several optional items identified in the specifications. 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. Delivery for the system (CLIN 0001) shall be no later than 120 days after contract award. Delivery for the options, if exercised, shall be within the contract period. 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 whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical capability of the item offered to meet the Government requirement; 2. price; and 3. past performance. Technical and past performances, when combined, are more important than price. 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. 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, 52.219-8, 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. 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: Contractor Facility
- Record
- SN00702798-W 20041104/041102212141 (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 |