Service and Maintenance of the Government owned Heidelberg Freeform DWL2000 and VPG200++ Advanced Lithography Systems (примерный перевод: Сервис и обслуживание находящимся в собственности правительства Heidelberg Freeform DWL2000 и VPG200 Расширенный Литография Systems) (Соединенные Штаты Америки - Тендер #675719) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: Spirent Federal Systems Inc. Номер конкурса: 675719 Дата публикации: 30-08-2016 Источник тендера: Государственные закупки США |
||
APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015)
The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) "Only one
responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is, Heidelberg Instruments Inc.,
2807 Oregon Court, Torrance, CA 90503-2635. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing
date and time of this solicitation.
(ii) The solicitation number is W911QX-16-T-0361. This acquisition is issued as an request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective 14 July 2016.
(iv) The associated NAICS code is 334516. The small business size standard is 1000 employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Service and Maintenance of the Heidelberg Freeform DWL2000 and VPG200++ Advanced Lithography Systems as listed below:
(vi) Description of requirements:
C.1 Background: The required service is for maintenance of a Government owned DWL2000 Freeform and VPG200++ Heidelberg Laser lithography systems which are primary tools supporting nanofabrication at Army Research Laboratory cleanroom.
C.2 Objective: The periodic maintenance service on the above mentioned complex lithography systems required for optimal tool performance.
C.3 Requirement:
C.3.a The performance of both systems will depend on a carefully planned and properly executed program pf preventative maintenance and corrective service.
C.3.b Two (2) scheduled maintenance visits annually for the DWL2000 freeform and four (4) scheduled maintenance visits annually for the VPG200++ shall be included.
(1) Each maintenance visit shall involve a comprehensive inspection and optimization of the system.
C.3.c.1 Vendor shall provide unlimited phone support and remote access assistance as necessary.
Issues requiring on-site technical support shall be addressed within five (5) business days of a reported problem.
Support shall be limited to thirty (30) days of on-site service for each system.
C.3.c.2 Since above tools have unique capabilities, ten (10) days of research and development labor shall be provided for each system during the annual contract period.
C.3.d Vendor/Contractor personnel shall be escorted during the period of their on-site service.
(vii) Performance required: Two (2) scheduled maintenance visits annually for the DWL2000 Freeform and four (4) scheduled maintenance visits annually for the "VPG200++". After Receipt of Order
(ARO). Performance shall be at US Army Research Laboratory, Adelphi, MD. Acceptance shall be performed at US Army Research Laboratory, Adelphi, MD. The FOB point is US Army Research Laboratory,
Adelphi, MD.
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A
(ix) 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: N/A
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer.
(xi) 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: N/A
(xii) 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:
52.204-7 System for Award Management (July 2013), 52.204-8 Annual Representations and Certifications (Apr 2016), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
(July 2013), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015);
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015);
52.209-6 Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-28 Post Award Small Business Program
Representation (July 2013), 52.222-3 Convict Labor (June 2003), 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 (Mar 2007), 52.222-35 Equal Employment for Veterans (Jul 2014), 52.222-36 Affirmative Action for Workers with Disabilities (July 2014), 52.222-37 Employment
Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging
Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging
in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013),
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by
Reference (Feb 1998), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov
2011), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-0009 Contract
Wide: By Fiscal Year (Sep 2009), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident
Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 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); 252.232-7003 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 (Aug. 1992).
(xiii) 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):
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-G.5152.232-4418 Tax Exemption Certificate (Sep 1999);
APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003);
APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011);
252.211-7003 Item Unique Identification and Valuation (DEC 2013);
252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013);
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A
(xv) The following notes apply to this announcement: N/A
(xvi) Offers are due on 01 September 2016 by 10:00am Mountain Standard Time (MST) via email to nicole.g.hernandez2.civ@mail.mil,
(xvii) For information regarding this solicitation, please contact Nicole Hernandez, nicole.g.hernandez2.civ@mail.mil, (575) 678-4979.
Added: Aug 29, 2016 11:51 am Will post Combo synopsis/solicitation at a later time. Please consult the list of
All Files Download compressed package in Zip format. Aug 24, 2016 General Information Notice Type: Combined Synopsis/Solicitation / Cancelled Original Posted Date: August 24, 2016 Posted Date: August 29, 2016 Response Date: Sep 01, 2016 10:00 am Mountain Original Response Date: Sep 01, 2016 10:00 am Mountain Archiving Policy: Automatic, 15 days after response date Original Archive Date: September 16, 2016 Archive Date: September 16, 2016 Original Set Aside: N/A Set Aside: N/A Classification Code: 66 -- Instruments & laboratory equipment NAICS Code: 334 -- Computer and Electronic Product Manufacturing/334516 -- Analytical Laboratory Instrument Manufacturing |