Federal Bid

Last Updated on 05 May 2005 at 5 AM
Solicitation
Washington

66 -- Dual Chamber Chemical Vapor Deposition (CVD) Reactor

Solicitation ID N00173-04-R-TB02
Posted Date 05 May 2004 at 5 AM
Archive Date 05 May 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Washington United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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, N00173-04-R-TB02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001- 21 and DFARS Change Notice 2004 0323 . The associated NAICS code is 333414 and the small business size standard is 500 employees.. NRL has a requirement for a Dual Chamber Chemical Vapor Deposition (CVD) Reactor. The complete specification is available at http://heron.nrl.navy.mil/contracts/RFP/04tb02.htm .The successful offeror shall provide documentation and warranty terms customarily provided to the public with a commercial item. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 180 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.203-6, FAR 52.219-8, FAR 52.219-9 (Alt. II),FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.247-64. . The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, DFARS 252.205-7000, DFARS 252.219-7003, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. The following additional FAR clause applies: 52.214-31. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two (2) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
Bid Protests Not Available

Similar Past Bids

Terry Mississippi 24 Aug 2007 at 4 AM
Location Unknown 09 May 2016 at 6 PM