Ohio Bids > Bid Detail

RYD PIC Probe Station (23Y-009)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159570114222421
Posted Date: Aug 28, 2023
Due Date: Aug 31, 2023
Solicitation No: COMBO-AFRL-PZLEQ-2023-0026
Source: https://sam.gov/opp/182bc98e16...
Follow
RYD PIC Probe Station (23Y-009)
Active
Contract Opportunity
Notice ID
COMBO-AFRL-PZLEQ-2023-0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 28, 2023 12:59 pm EDT
  • Original Published Date: Aug 15, 2023 02:16 pm EDT
  • Updated Date Offers Due: Aug 31, 2023 10:00 am EDT
  • Original Date Offers Due: Aug 29, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 15, 2023
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

COMBINED SYNOPSIS/SOLICITATION





GENERAL STATEMENT



This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory (AFRL/PZLEQ) located at Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.





SOLICITATION INFORMATION



Solicitation Number: COMBO-AFRL-PZLEQ-2023-0026



[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)





REGULATION IDENTIFICATION



This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01, effective 30 December 2022.





This action will use FAR Part 12 and FAR Part 13.5.





NOTICE OF SMALL BUSINESS SET-ASIDE



Set-aside Type



None



NAICS Size Standard



334515 – 750 Employees





LISTING/DESCRIPTION OF ITEMS





CLIN #



DESCRIPTION



QTY



UNIT



TOTAL



0001



The vendor shall provide a semi-automated photonic integrated circuit probe station capable of characterizing singulated die and up to 300 mm wafers IAW Statement of Work dated 27 February 2023.



1



Each



$____.___





PERFORMANCE INFORMATION





FOB: [X] Destination



[ ] Origin





Place of Equipment Delivery (Supply Only):



AFRL/RYDI



2241 Avionics Circle, Building 6



Area B, Bldg. 653 Loading Dock



Wright-Patterson AFB, OH 45433





Place of Performance (Services Only):



AFRL/RYDI



2241 Avionics Circle, Building 6



Area B, Bldg. 653 Loading Dock



Wright-Patterson AFB, OH 45433







Requested Delivery Date:



Within 12 weeks after date of award





INSTRUCTIONS TO OFFERORS



The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.





EVALUATION OF OFFERS



The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.





The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.





The following factors shall be used to evaluate offers:



Lowest Price Technically Acceptable



(1) Price



(2) Technical Acceptability



_____ (a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the attached Statement of Work (SOW).



_____ (b) Offerors shall identify how long the quote is valid for.





The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.





OFFEROR REPRESENTATIONS AND CERTIFICATIONS



Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022), with your quote.



_____ (1) If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.



_____ (2) If offeror has not completed annual representations and certifications in SAM, then paragraphs (c-v) must be submitted with quote.





CONTRACT TERMS & CONDITIONS



The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.





REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:



The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.





The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:





Clause Number



Clause Title



FAR 52.204-10



Reporting Executive Compensation and First-Tier Subcontract Awards



FAR 52.209-6



Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



FAR 52.219-28



Post Award Small Business Program Representation



FAR 52.222-3



Convict Labor



FAR 52.222-19



Child Labor-Cooperation with Authorities and Remedies



FAR 52.222-21



Prohibition of Segregated Facilities



FAR 52.222-26



Equal Opportunity



FAR 52.222-36



Equal Opportunity for Workers with Disabilities



FAR 52.222-50



Combating Trafficking in Persons



FAR 52.223-18



Encouraging Contractor Policies to Ban Text Messaging While Driving



FAR 52.225-13



Restrictions on Certain Foreign Purchases



FAR 52.232-33



Payment by Electronic Funds Transfer- System for Award Management





ADDITIONAL CONTRACT REQUIREMENTS





Additional provisions and clauses applicable to this requirement:





Type



Number



Title



Clause



FAR 52.203-19



Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



Provision



FAR 52.204-7



System for Award Management



Clause



FAR 52.204-13



System for Award Management Maintenance



Clause



FAR 52.209-6



Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment



Clause



FAR 52.232-39



Unenforceability of Unauthorized Obligations



Clause



FAR 52.232-40



Providing Accelerated payments to Small Business Subcontractors



Clause



FAR 52.246-16



Responsibility for Supplies



Clause



FAR 52.247-34



F.O.B. Destination



Provision



FAR 52.252-1



Solicitation Provisions Incorporated by Reference



(Fill-in Text)



- https://www.acquisition.gov/



Clause



FAR 52.252-2



Contract Clauses Incorporated by Reference



(Fill-in Text)



- https://www.acquisition.gov/



Clause



DFARS 252.203-7000



Requirements Relating to Compensation of Former DoD Officials



Clause



DFARS 252.203-7002



Requirement to Inform Employees of Whistleblower Rights



Provision



DFARS 252.203-7005



Representation Relating to Compensation of Former DoD Officials



Clause



DFARS 252.204-7003



Control of Government Personnel Work Product



Provision



DFARS 252.204-7004, Alt A,



System for Award Management Alternate A





Provision



DFARS 252.204-7011



Alternative Line-Item Structure



Clause



DFARS 252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



Clause



DFARS 252.223-7008



Prohibition of Hexavalent Chromium



Clause



DFARS 252.225-7001



Buy American and Balance of Payments Program



Clause



DFARS 252.225-7002



Qualifying Country Sources as Subcontractors



Clause



DFARS 252.225-7048



Export-Controlled Items



Clause



DFARS 252.232-7003



Electronic Submission of Payment Requests



Clause



DFARS 252.232-7006



Wide Area Workflow Payment Instructions



Clause



DFARS 252.232-7010



Levies on Contract Payments



Clause



DFARS 252.225-7012



Preference for Certain Domestic Commodities



Clause



DFARS 252.243-7001



Pricing of Contract Modifications



Clause



DFARS 252.244-7000



Subcontracts for Commercial Items



Clause



AFFARS 5352.201-9101



Ombudsman





SOLICITATION CLOSING INFORMATION



Quotes are due by: 31 August 2023, @ 10:00 AM ET.





Quotes must be received by the closing date stated above. Submit quotes by email only.





POINT OF CONTACT



The point of contact for this acquisition for any questions and for submission of quotes is:





Name: Chris Stokes



Title: Contract Specialist



Email: chris.stokes.1@us.af.mil





ATTACHMENTS:



Statement of Work


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 713 9906 2130 8TH ST BLDG 45
  • WRIGHT PATTERSON AFB , OH 45433-7541
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >