SOLICITATION NOTICE
66 -- Molecular Beam Epitaxy (MBE) - Molecular Beam Epitaxy (MBE)
- Notice Date
- 12/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-Q-G001
- Point of Contact
- Patricia Gilmore, Phone: 9375224511
- E-Mail Address
-
patricia.gilmore@wpafb.af.mil
(patricia.gilmore@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work/Specifications for Molecular Beam Epitaxy This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 number is FA8601-11-Q-G001 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, effective 29 October 2010. This acquisition is being solicited using full and open competition and does not exclude any sources. The associated North American Industry Classification System (NAICS) code is 334516. The small business size standard is 500 employees. CONTRACT LINE ITEMS CLIN Quantity Unit of Issue Description Unit Price Total Price 0001 1 Lump Sum Molecular Beam Epitaxy (MBE) _________ _________ IAW the Attached Specifications DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC FOB POINT 0001 8 Months ARO 1 AFRL/RYD F4FBBL DESTINATION 2241 AVIONICS CR, BLDG 620 WRIGHT-PATTERSON AFB, OH 45433-7320 Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications - Commercial Items, and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items, which applies to this solicitation. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Offerors must include the following information with their offer: company's name, address and phone number; point of contact's name, phone number, and email address; quotation date; quotation number; completed pricing; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Oct 2010); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Oct 2010) (The clauses that are check marked as being applicable to this purchase are: - 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Veterans (Sep 2010); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5] The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Nov 2010): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3, Gratuities (APR 1984); - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) - 252.225-7001 Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) [end fill in for 252.212-7001]; ASC/PKO G-001, Wide Area Workflow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions; Offers are due 20 December 2010 at 4:00PM EST to Ms. Patricia Gilmore at patricia.gilmore@wpafb.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-Q-G001/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory (AFRL/RYD), 2241 Avionics Cr, Bldg 620, Room 2AZ131, Wright Patterson AFB, Ohio, 45433-7320, United States
- Zip Code: 45433-7320
- Zip Code: 45433-7320
- Record
- SN02337538-W 20101204/101202234421-64dcae2932e773d1b5642557fe6b02b7 (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 |