Federal Bid

Last Updated on 06 Sep 2005 at 5 AM
Solicitation
San diego California

A--Research and Development of Nanoscale Dimensional Standards for Atomic Force Microscopy (AFM)

Solicitation ID N0024405T0842
Posted Date 27 Jul 2005 at 5 AM
Archive Date 06 Sep 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states 92136
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO http://www.neco.navy.mil/). The RFQ number is N00244-05-T-0842. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050323. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541710 and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. This acquisition is being acquired for the Naval Surface Warfare Center, Corona, CA. The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing research and development of Nanoscale Dimensional Standards for Atomic Force Microscopy(AFM)IAW Statement of Work: Statement of Work Project: Research and Development of Nanoscale Dimensional Standards for Atomic Force Microscopy (AFM) 1. Basis for Award: This contract will be awarded based on technical acceptability and low cost. 2. Project Summary: This project focuses on the development of calibration standards for AFM measurements on nanoscale level below 10 nm. The desired outcome of this initial phase of research is the identification of materials that have potential for use as nonoscale dimensional standards. This project will involve evaluation of materials to determine stability, repeatability, and accuracy for developing reproducible results on the atomic scale. Additionally, AFM probe materials and geometry must be evaluated to determine suitability of existing and prospective materials for stability, accuracy, and reliability. Quarterly reports must be provided as well as a final report. 3. Requirements for prospective proposals: 1. Detailed description of research to be conducted 2. Schedule and milestones for a 1 year duration from contract award 3. Information supporting capability to perform the work involved 4. Detailed cost breakdown of labor, material, and administrative costs 4. Required Deliverables 1. Quarterly and Final reports detailing work performed 2. Identification of prospective dimensional standard a. Scientific data supporting precision and accuracy requirements at the sub 10 nanometer level b. Scientific data supporting process stability and repeatability c. Scientific data comparing prospective dimensional standard with current industry accepted methods 3. Identification of prospective AFM probe tip material configuration a. Scientific data supporting selection of material b. Scientific data supporting accuracy and repeatability of tip configuration c. Scientific data showing actual measurement data comparisons with current industry accepted methods FOB Destination. Required Delivery Date 8/12/05: Place of deliverables is Corona, CA. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer! – Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea, 252.204-7004 Required Central Contractor Registration (March 1998). Lack of registration in the CCR database will make your offer ineligible for award. Offerors may register via the internet at http://www.ccr.gov. AWARD CRITERIA: Award will be made to the off! eror that meets the solicitation’s minimum criteria for technical acceptability at the lowest price, and acceptance to the provisions set forth herein. Please specify compliance with the specifications or list any deviations when submitting your quote. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) Anticipated award date will be on 8/8/05. Fax proposal to 562-626-7877 or Email: [email protected]
Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 07 Mar 2024 at 10 PM
Gaithersburg Maryland 15 Feb 2024 at 2 PM
Crane Indiana 25 Jul 2019 at 3 PM
Kirtland air force base New mexico 27 Aug 2015 at 2 PM
Location Unknown 19 Jun 2013 at 12 PM