Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
SOLICITATION NOTICE

66 -- Dilution Refrigerator System - Attachments

Notice Date
9/26/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-18-R-0096
 
Archive Date
10/13/2018
 
Point of Contact
Ashley Ellinger, Phone: 315-330-4496, Jenna A. Tarbania, Phone: 315-330-2260
 
E-Mail Address
Ashley.Ellinger@us.af.mil, Jenna.Tarbania@us.af.mil
(Ashley.Ellinger@us.af.mil, Jenna.Tarbania@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps & Certs 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-18-R-0096 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20180824. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334516 and small business size standard is 1,000 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: Dilution Refrigerator System: -Installation and on sight testing of completed unit, Lab layout design + commissioning -Base temperature < 10 mK (8 mK typical) -Cooling Power > 14 µW at 20 mK (> 16 µW typical) -Cooling Power > 400 µW at 100 mK (> 500 µW typical) -Cooling Power > 575 µW at 120 mK ( > 650 µW typical) -Includes edge-welded bellow assembly for mounting pulse tube for reduced vibration amplitudes -Pulse tube upgrade to PT420-RM pulse tube cryo-refrigerator PTR Voltage: 440/480V 3Ph 60Hz -PTR options: Linear Drive, Control unit standalone with 610X645 mm table size -2 section vacuum can, standard sample space 235 mm from MXC flange to the Still Shield -MXC shield: Sn plated -Mu-metal shield -Optical access: 10 of 3 inches "bossed" optical port with blind flanges for a bottom and 9 horizontal configuration -Vibration isolation package with an upgrade to active damping frame between the cryostat and the frame, Ultra-low vibrations on the 4K and 10 mK stages - operational range 1.2 Hz to 200 Hz, Maximum amount of vertical vibrations: less than 5 nm between 1 and 100 Hz, Maximum amount of horizontal vibrations: less than 10 nm between 1 and 10 Hz. -Resistance bridge for temperature monitoring and Labview interface, all required thermometers and cables included. -Extra turbo pump for evacuating the vacuum can and/or service manifold -4K heater kit for fast warmup -Long life cold trap - additional internal cold trap for BF-DL series cryogen-free DR systems for extended long-run operation time to be installed in KF40 port -Wiring for DC,RF and Attocube positioners and scanners -Attocube positioner xyz. -Cool-down time ~ 24 hours -No soft joints (soldered joints) on the He3-He4 mixture circuit -4 optical axes accessible below the 4K stage for a setup cooled at 4K, this will include 8 windows of KF40 size for wide laser beams access from room temperature. -20 cm in diameter and about 25 cm height space below the 4K stage to fit a complete ion trapping setup -20 cm vertical space and 20 cm diameter space below the 10 mK stage to allow setup of single photon detectors and superconducting microwave circuitry -3 inch in diameter free optical space in the center of the dilution refrigerator from 4K to 10 mK -The capability to run 50 DC lines, 20 RF lines, 20 microwave lines and power lines for Nano positioners to 4 K and 10 mK - thermal anchoring, attenuation must be provided. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 10 Months After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items (AUG 2018) applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 9AM, (Eastern Time) 28-SEP-2018 Submit to: AFRL/RIKO, Attn: Ashley Ellinger, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Ashley.Ellinger@us.af.mil, with a copy to Jenna.Tarbania@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 2 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance All evaluation factors when combined are of approximately equal importance. Offerors are required to complete representations and certifications found in the provision at FAR: 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2018) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JAN 2017), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), Alternate I (OCT 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (AUG 2018) 52.219-28, Post Award Small Business Program Re-representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (JUL 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (APR1984) 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (APR 2014) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-22, Alternative Line Item Proposal (JAN 2017) 52.211-6, Brand Name or Equal (AUG 1999) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34, FOB Destination (NOV 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (OCT 2015) 252.211-7003, Item Identification and Valuation (MAR 2016) Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: 'N/A' Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A' Para (c)(1)(iii). Attachment Nr.: 'N/A' Para (c)(1)(iv). Attachment Nr.: 'N/A' Para (f)(2)(iii). 'N/A' 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (OCT 2013) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7017, Notice Of Supply Chain Risk (NOV 2013) 252.239-7018, Supply Chain Risk (OCT 2015) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.246-7008, Source of Electronic Parts (MAY 2018) 252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 5352.201-9101, Ombudsman (AUG 2017) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: kimberly.yoder@us.af.mil 5352.223-9001, Health and Safety on Government Installations (NOV 2012) The following additional requirements apply: REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS (a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). (b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver. Any additional access restrictions established by the IT network/system owner apply. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-18-R-0096/listing.html)
 
Record
SN05106915-W 20180928/180926231415-5eb61eb204e60feaafef1f90f0f26b82 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.