SOLICITATION NOTICE
56 -- Three (3) Monolitic Interconnected Module (MIM) Thermophotovoltaic Cell Devices - Provisions and Clauses
- Notice Date
- 9/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-Q-0164
- Archive Date
- 10/12/2018
- Point of Contact
- Dale M. Brunson, Phone: 3013941200
- E-Mail Address
-
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Full Text 1. Solicitation Number: W911QX-18-Q-0164 2. Title: SMALL BUSINESS SET-ASIDE FOR Three (3) Monolitic Interconnected Module (MIM) Thermophotovoltaic Cell Devices 3. Classification Code: 56 4. NAICS Code: 334413 5. Response Date: Two (2) Business Days After Posting 6. Description: Disclaimer: 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. NOTICE: The United States Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, Only One Responsible Source. The Government intends to solicit and negotiate with Masimo Semiconductor, 25 Sagamore Park Road, Hudson, NH 03051, for three (3) Monolitic Interconnected Module (MIM) Thermophotovoltaic Cell Devices to improve a Masimo Semiconductor government owned device used to convert radiated light into electrical energy. This notice of intent is not a request for competitive proposals. However, any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective 22 August 2018. For purposes of this acquisition, the associated NAICS code is 334413. The small business size standard is 1250 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Non-recurring engineering (NRE) for metal organic chemical vapor deposition (MOCVD) growth of 4" 0.6 electron volts (eV) Indiun Gallium Aresnide (InGaAs) Thermophopovoltaic Monolithically Integrated Module (MIM) wafers using three (3) Masimo Semiconductor (MSM) epitaxial layer designed structures QTY One (1) Each CLIN 0002: Metal organic chemical vapor deposition (MOCVD) growth of 4" 0.6 electron volts (eV) Indiun Gallium Aresnide (InGaAs) Thermophopovoltaic Monolithically Integrated Module (MIM) wafers using three (3) Masimo Semiconductor (MSM) epitaxial layer designed structures, QTY Nine (9) Each CLIN 0003: Photomask design and purchase. Fabrication and test lot of 10 wafers QTY One (1) Lot Specifications/Requirement: The Contractor shall provide three (3) Monolitic Interconnected Module (MIM) Thermophotovoltaic Cell Devices to improve a government owned Masimo Semiconductor device used to convert radiated light into electrical energy. The MIM must be able to provide the following to improve government owned equipment: • Full series of wafers to optimize the metal organic chemical vapor deposition (MOCVD) growth conditions • The aim is to optimize the quantum efficiency and open circuit voltage using the same monolithically Integrated Module (MIM) devices • Be able to fix the test structures in cells previously used • Include a backside reflector with 90% reflectivity using a dielectric film and metal thin film with optimized thickness Delivery: Delivery is required six (6) months after award. Delivery shall be made to U.S. Army Research Laboratory, Logistics Warehouse, 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at Adelphi, MD. The FOB point is Destination.   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: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: N/A - Sole Source Procurement III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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 V. 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's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-36, Payment by Third Party 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008 (DEVIATION 2016-O0001)(OCT 2015), Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.211-7003, Item Unique Identification and Valuation 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7035 ALT I Buy American - Free Trade Agreements - Balance of Payments Program - Certificate 252.225-7036 ALT I, Buy American-Free Trade Agreements--Balance of Payments 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea VI. 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): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0009 CONTRACT WIDE - BY FISCAL YEAR 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATION (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM REQUIREMENTS - ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL SUBMISSION OF INFORMATION OTHER THAN COST OR PRICING DATA ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. VIII. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Offers are due two (2) business days after posting by 11:59 A.M. Eastern Standard Time (EST) via email to the Contract Specialist, Dale Brunson, dale.m.brunson.civ@mail.mil For information regarding this solicitation, please contact Dale Brunson by telephone, 301-394-1200 or e-mail dale.m.brunson.civ@mail.mil. Place of Performance: Contractor's Facility Set Aside: N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6abbb7b66c67bb42cc1cb9f12b9d857f)
- Record
- SN05104076-W 20180927/180925231001-6abbb7b66c67bb42cc1cb9f12b9d857f (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 |