SOLICITATION NOTICE
43 -- Plasma Vacuum Etch System
- Notice Date
- 10/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0129
- Archive Date
- 10/27/2012
- Point of Contact
- Krista Keighley,
- E-Mail Address
-
Krista.Keighley@wpafb.af.mil
(Krista.Keighley@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a Plasma Vacuum Etch System and was prepared in accordance with the format in Federal Acquisition Requirements (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 for this requirement is FA8601-12-T-0129 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, 13 September 2012. This solicitation document is 100% Total Small Business set-aside under North American Industry Classification System Code 339999. Size standard is 500 employees. The AFLCMC/PKIO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: Requirements: CLIN 0001- Plasma Vacuum Etch System. Machine must meet the following salient characteristics: • Quartz process chamber, at least 10 inches diameter and 18 inches long • Quartz rail and rack • RF power supply, 0-300W at 13.56 MHz • System compatible with Oxygen, Argon and SF6 processing • One Oxygen mass flow controller capable of handling up to 1000 SCCM • One mass flow controller capable of handling SF6 and one mass flow controller capable of handling Ar, up to 450 SCCM for each • Automatic RF tuner for load match • Automatic process operation with multiple recipe capability • Automatic pressure control with vacuum gauge and supporting hardware • Dry pump capable of handling O2, Ar and SF6 • Touch panel interface • To include on-site commissioning and training, and shipping QTY: 1 Unit of Issue: Each Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and completing the on-line Representations and Certifications. FAR 52.212-3: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability (will be evaluated on a pass or fail basis), and Price. Technical Acceptability is approximately equal to price. The offers may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Offer number & date 4) Item price 5) Total price (Net 30) After Deliver Confirmation 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the offer is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications 12) Completed DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 13) Completed DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Offers MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at https://www.sam.gov and to maintain active registration during the life of the contract. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference and apply to this solicitation: FAR 52.204-99, System for Award management Registration (DEVIATION) FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: Technical acceptability and price. Technical acceptability is equal to price.] FAR 52.212-3, Representations and Certifications FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. Para (t) is changed to (Reserved). The following clauses are incorporated by full text and apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items FAR 52.219-6 -- Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 -- Prohibition of Segregated Facilities FAR 52.222-26 -- Equal Opportunity FAR 52.222-36 -- Affirmative Action for Workers With Disabilities FAR 52.222-50 -- Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases The following DFARS Clauses, either by reference or full text, apply to this solicitation: DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Work Flow Payment Instructions All offers and responses must be received no later than 12:00 PM, Eastern Standard Time on 12 October 2012. Submittal of offers in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to krista.keighley@wpafb.af.mil via a PDF compatible attachment. Any questions should be directed to Krista Keighley at krista.keighley@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0129/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright-Patterson, Ohio, 45433-5309, United States
- Zip Code: 45433-5309
- Zip Code: 45433-5309
- Record
- SN02909942-W 20121007/121005234529-2b28657208277c5b12bed6c3dd7c917b (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 |