SOLICITATION NOTICE
66 -- Cryopump package for molecular beam epitaxy growth chamber
- Notice Date
- 6/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333295
— Semiconductor Machinery Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB686040-12-04322
- Archive Date
- 7/5/2012
- Point of Contact
- Willa Mayns, Phone: 3034977305
- E-Mail Address
-
mayns@nist.gov
(mayns@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number and a statement that the solicitation is issued as request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. STATEMENT OF WORK AT BOTTOM OF THIS SOLICITATION Provisions applicable to this solicitation. available at www.acquisition.gov 1352.215-77 EVALUATION UTILIZING SIMPLIFIED ACQUISITION PROCEDURES a. The Government expects to award a purchase order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: (1) Technical merit Quotes will be evaluated according to how completely they address the technical specifications in the SOW (2) Past performance Provide list of at least 2 contracts, including phone numbers, to conduct firm's past performance in successfully accomplishing activities similar to those identified in the Statement of Work (SOW) (3) Price b. Evaluation Criteria: The award of this contract shall be made on a best value basis. The best value evaluation factors, while relatively equal, are listed in order of importance and include the following: 1. Technical merit 2. Past Performance: The Government will evaluate the quality of product provided by the Offeror on similar orders. The Government will assess a neutral rating for lack or relevant past performance. References shall include a brief description of the work performed that is the same or similar to that required under this contract. The Contractor shall also provide a technical point of contact, company name (if applicable) and a telephone number. 3. Price: The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows for each of the above evaluation factors: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable or not adequate to carry out. Full text of provision can be found at www.acquisition.gov 52.212-1, Instructions to Offerors -- Commercial 52.212-3 Representations and Certifications 52.212-4 Contract Terms and Conditions -- Commercial 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 this/these address(es): http://www.acquisition.gov 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2009) 52.222-50 Combating Traffing in Persons (FED 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-28 Post Award Small Business Program Representation (APR 2009) (15 USC 632(a)(2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). 52.225-1, Buy American Act Supplies (Feb 2009) (41 U.S.C. 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (MAR 2000) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (MAR 2000) The Contractor shall comply with all applicable laws and rules and regulations having the force of law which deal with or relate to performance hereunder or the employment by the Contractor of the employees. (End of clause) NIST LOCAL_04 BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: invoice@nist.gov (b)Each invoice or voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice, and cumulative amount invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered. (8)Prompt payment discount terms, if offered. (9)Any other information or documentation required by the contract. (END OF CLAUSE) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. ******************************************************* PURPOSE: We require a cryopump package for a Veeco Gen 10 molecular beam epitaxy growth chamber. TECHNICAL SPECIFICATIONS: Cryopump package to be attached to a Veeco Gen 10 system that includes the following: (1) Connects to 12" OD flange on Gen 10 growth chamber (flange face is vertical) (2) Brooks Automation CryoTorr Model CT10 cryopump, all flanges UHV (Conflat) (3) Brooks Automation CryoTorr Model 9600 compressor (4) Two He compressor lines for cryopump, 50 ft length (5) VAT gate valve, bakeable UHV version, 12" CF size, with pneumatic actuator and position indicator (6) Metal bakeable valves with UHV flanges on cryopump vent and purge ports (7) Position limiter for gate valve (8) Weld nipple to adapt gate valve flange to cryopump flange, including attachment points for support structure for chamber (detail below) (9) Any additional mechanical support needed under cryopump to limit strain on welded nipple connection (10) All water hoses, gaskets, cables, and connectors needed to install the pump system (11) Bake-out blankets to cover gate valve and cryopump, with tabs to form seams with existing chamber blankets (detail below) ADDITIONAL DETAILS: requires standard warranty of one year. CHAMBER SUPPORT: brackets with two threaded holes, ½-20 thread, thread length in bracket at least 1.5", welded to one of the adapter nipple flanges at 90 deg and 270 deg (with 0deg at top of flange). Provide a welded stainless steel frame with through holes for the ½-20 bolts and designed to hold the flange center at a height of 58" from floor, with adjustable feet with at least ½" height adjustment. Design to support 1000 lb. Further details will be provided upon award. BLANKETS: Blanket edges facing chamber should include tabs of un-insulated, heat-resistant material approximately 1" wide that can be clipped to tabs on existing blankets with binder clips for closure. Further details will be provided upon award. Vendors should be able to demonstrate experience in construction and sales of molecular beam epitaxy systems. DELIVERABLES SCHEDULE: 10 to 12 weeks from receipt of order. FOB Destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686040-12-04322/listing.html)
- Place of Performance
- Address: 325 Broadway St., Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02776892-W 20120617/120615234453-ebdf600b434257d2da288bf05a2066bf (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 |