SOLICITATION NOTICE
66 -- In-Situ Monitoring System for a single wafer metalorganic chemical vapor deposition (MOCVD) reactor
- Notice Date
- 11/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0017
- Archive Date
- 12/8/2016
- Point of Contact
- Allison S. Murray, Phone: 3013940754
- E-Mail Address
-
allison.s.murray.civ@mail.mil
(allison.s.murray.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This acquisition is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective November 01, 2016. The associated NAICS code is 334516. The small business size standard is 1,000 employees. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Requirements/Specifications: The Contractor shall provide a Quantity of one (1) In-Situ Monitoring System for a single wafer metalorganic chemical vapor deposition (MOCVD) reactor, that shall be in accordance with the following salient characteristics: 1. Emissivity correct pyrometry for temperature measurement up to 1400 degrees Celsius. a. The wavelength for the Light-Emitting Diode (LED) for pyrometry measurement is between 900 and 980 nanometers (nm). b. An optical head design must accommodate the following Army Research Lab (ARL) reactor specifications: i. Optical aperature has a 5° tilted mini-conflat on a 3/8 inch (in) tube with an inner diameter of 0.37in. ii. Viewport-to-sample distance is 10in with an adjustable height of 2in (1in ascending and 1in descending). 2. An optical head must be externally mounted, that is detached from top flange of the reactor as the space on top flange is very limited. a. A Government-owned height adjustable stand (Thorlab MP250-RCH2) will be provided for use with the system, but the Contractor shall provide an extending arm, which must be designed to fit an optical head and must accommodate the following ARL reactor specifications: i. Distance between the stand and viewport is approximately 8.85in. ii. Extension of an arm must be adjustable on a 66 millimeter (mm) rail. b. Must allow X, Y, and Z translations and tilt for optical alignment. 3. Compatible with a wafer rotation speed up to 1500 revolutions per minute (rpm). a. A laser-based per-rotation triggering by directly accessing the motor shaft. 4. A monitoring system must output real-time growth rate, film thickness, and optical constant (n, k) fitting data. a. Integrated control and analysis software to measure temperature and growth rate during growth. 5. On-site installation and training of the system and software at the Army Research Laboratory at the Adelphi Laboratory Center. Evaluation Criteria (Tradeoff Supplies): The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications. 1. Per-rotation triggering method directly from a rotating susceptor (or wafer) instead of a trigger from a motor shaft for more accurate measurement (reference number 3 on salient characteristics document). 2. MODBUS TCP/IP interface for integration with the existing metalorganic chemical vapor deposition (MOCVD) control software for temperature control (reference number 4 on salient characteristics document). The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 2 records of sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. Delivery Information: Delivery is required no later than twelve (12) weeks after contract award. Delivery shall be made to Army Research Laboratory, Adelphi, MD, 20783. Acceptance shall be performed at Army Research Laboratory, Adelphi, MD, 20783. The FOB point is Destination. Interested Parties: For information regarding this solicitation, please contact Allison Murray, 301-394-4012, Allison.s.murray.civ@mail.mil. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. II. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. III. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. IV. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed For Debarment (Aug 2013) 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (Oct 2014) 52.219-28 Post Award Small Business Program Re-representation (July 2013) 52.222-3 Convict Labor (June 2013) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (FAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (July 2013) 52.232-36 Payment by Third Party (May 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels (Feb 2006) 252.203-7000 Requirements relating to Compensation of Former DoD Officials (Sept 2011) 252.203-7005 Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Aug 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Sept 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.213-7000 Notice to Prospective Suppliers on Use if Past Performance Information Retrieval System - Statistical Reporting In Past Performance Evaluations (Jun 2015) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute - Balance of Payments Program Certificate (Jun 2012) 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7020 Trade Agreements Certificate (Jan 2005) 252.225-7021 Trade Agreements (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (May 2002) V. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Provisions: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) Clauses: 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.204-0007 Contract-wide: Sequential ACRN Order. (Sep 2009) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated by Reference APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011) APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999) APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999) APG-ADL-H.5152.211-4401 ALC Receiving Room Requirements (JAN 2003) APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999) APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-G.5152.232-4423 Payment Office (Bankcard - Invoices Required) (SEP 2010) VI. Local Provisions/Clauses and Full Text Clauses: APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) The ACC - APG point of contact for this action is: Contract Specialist: Allison Murray Telephone Number: 301-394-0754 E-mail: allison.s.murray.civ@mail.mil Contracting Officer: Fatimata Diallo Telephone number: 301-394-5501 E-mail: Fatimata.diallo.civ@mail.mil (End of clause) APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002) TPOC Name: TO BE IDENTIFIED AT CONTRACT AWARD Telephone: Email: Fax: (End of clause) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) This is anticipated to be a Firm Fixed Price (FFP) type of contract. (End of clause) APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) Government Inspection and Acceptance shall be performed at the US Army Research Laboratory in Adelphi, Maryland by an authorized Government Representative. (End of clause) APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) Exemption certificate number 30005004 covers exemption from Maryland retail sales and use tax. The Federal Tax Identification number for the Army Research Laboratory is: 53-0215803. APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (End of clause) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (Nov 2016) The Contractor shall forward submit their invoice, via email, to the following address: usarmy.adelphi.arl.list.bankcard-invoices@mail.mil TO BE PROVIDED AT CONTRACT AWARD The Contractor shall include the contract number and invoice number in the subject line of the email. The invoice must include all of the following: 1. Name, address, and phone number of the Contractor / Vendor. 2. Invoice date. (The contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) 3. Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number.) 4. Include the Contract Line Item number with the associated description, quantity, unit price, and extended price of supplies delivered or services performed. 5. Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms.) Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. 6. Name and address of Contractor to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment.) 7. Name (where applicable), title, telephone number, and mailing address of person to be notified in the event of a defective invoice. 8. Name of the cognizant COR listed in the contract. 9. Any other pertinent information or documentation required by the contract (such as evidence of shipment.) The bankcard invoice processing office will not process partial payments on contracts for supply items where the delivery date is constant. All partial payment schedules must be obtained through the contacting officer with the appropriate clauses included in the contract. The invoice will be forwarded by the Bankcard Invoice Processing Office personnel to the procuring activity's Technical Representative for approval, and then will be paid by bankcard. Receiving Reports: The Technical Point of Contact (TPOC)/Contracting Officer's Representative (COR) listed in this contract shall submit a receiving report, via email, to the following address once all supplies/services have been delivered/performed: usarmy.adelphi.arl.list.bankcard-invoices@mail.mil The receiving report must include all of the following: 1. Date that the contract deliverables/service was fully completed 2. Contract number or other authorization for supplies delivered or services performed (including order number if applicable) 3. Name, title, telephone number, and mailing address of person submitting the receiving report 4. Name, title, telephone number, and mailing address of Government Acceptor of supplies/services (if different than number #3) (End of clause) APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) At ADELPHI LABORATORY CENTER truck shipments are accepted at Building #102, Receiving Room, and Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC WILL COMPLETE UPON AWARD Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da3122b90690a4a2948129ad8079119d)
- Place of Performance
- Address: Army Research Laboratory, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04328083-W 20161117/161115234310-da3122b90690a4a2948129ad8079119d (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 |