Search Contract Opportunities

ASML Stepper Preventive Maintenance   2

ID: NB687100-18-01655 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures under the Authority of FAR 13.

This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ). All communications and documents must include the solicitation number, NB687100-18-01655. The contracting officer will not use, nor shall this solicitation be subject to the formal source selection procedures described in FAR Part 15. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, dated 15 JUN 2018.

1352.215-72 INQUIRIES (APR 2010)
Please direct any questions regarding this solicitation to Angela Hitt, Contracting Officer at angela.hitt@nist.gov no later than 11:00 am Mountain Time, Friday, July 6, 2018. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M. This requirement is being competed as full and open competition. All interested businesses may submit a quotation.

The National Institute of Standards and Technology (NIST), Boulder MicroFabrication Facility, has a requirement for a contractor to provide an industry standard Post Warranty Extended Service Contract for the ASML Model 5500/100D Wafer Stepper (SN: 4956) located in the Boulder MicroFabrication Facility. This Service Contract will cover regular periodic preventive maintenance visits and emergency repairs, with coverage of 5 days/week, 8 hours per day, and a 24-hour response time. Coverage will include parts and labor (except for consumable parts), the lens system and the light source for the instrument per the attached Statement of Work.

Please email your quote to me at angela.hitt@nist.gov. This solicitation shall close at 5 p.m. Mountain Time, on Wednesday, July 11, 2018.

Please submit a firm-fixed price quote for the required ASML Stepper Preventive Maintenance Services per the attached Statement of Work and following requirements:

-Preventive Maintenance (PM) as per original manufacturer (ASML) specifications for this instrument
- Repair of equipment as needed to maintain operation and performance to manufacturer's specifications. Repair includes parts and labor as required (excluding parts listed below).
- Installation of software upgrades as required by the manufacturer
- Excluded Parts:
-Consumable Parts and Supplies
-Projection Lens
-Light Source
- Evaluation Critera

CLIN 0001: BASE
Extended Service Contract for NIST-Boulder Microfabrication Facility Wafer Stepper, MFR: ASML, Model: 5500/150, S/N: 4956 per the attached SOW.
Quantity: 12
Unit of Issue: MO

CLIN 1001: Option Year I
Extended Service Contract for NIST-Boulder Microfabrication Facility Wafer Stepper, MFR: ASML, Model: 5500/150, S/N: 4956 per the attached SOW.
Quantity: 12
Unit of Issue: MO

CLIN 2001: Option Year II
Extended Service Contract for NIST-Boulder Microfabrication Facility Wafer Stepper, MFR: ASML, Model: 5500/150, S/N: 4956 per the attached SOW.
Quantity: 12
Unit of Issue: MO

CLIN 3001: Option Year III
Extended Service Contract for NIST-Boulder Microfabrication Facility Wafer Stepper, MFR: ASML, Model: 5500/150, S/N: 4956 per the attached SOW.
Quantity: 12
Unit of Issue: MO

CLIN 4001: Option Year IV
Extended Service Contract for NIST-Boulder Microfabrication Facility Wafer Stepper, MFR: ASML, Model: 5500/150, S/N: 4956 per the attached SOW.
Quantity: 12
Unit of Issue: MO

Place of Performance:
NIST, 325 Broadway, Bldg 81 PML, Boulder, CO, 80305.

Normal business hours are Monday through Friday, 8:00 a.m. to 5:00 p.m. Mountain Standard Time, with the exception of Federal holidays.

Period-of-Performance: From Through
Base Year 08/18/2018 08/17/2019
Option Year I 08/18/2019 08/17/2020
Option Year II 08/18/2020 08/17/2021
Option Year III 08/18/2021 08/17/2022
Option Year IV 08/18/2022 08/17/2023

The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in the associated solicitation.

EVALUATION CRITERIA AND BASIS FOR AWARD:
The Government intends to evaluate quotations and issue a firm fixed purchase order based on the initial quotations received., utilizing simplified acquisition procedures of FAR Part 13. The Government will evaluate quotes utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation.

The award will be made to the vendor whose submission represents the best value to the Government. The Government may award to other than the lowest priced Offeror or the highest technically rated Offeror utilizing trade-offs. Pricing will be evaluated separately from technical factors and used as a trade-off. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The following factors shall be used to evaluate offers:

Evaluation Criteria. Evaluation criteria consist of factors. The proposals will be evaluated under three evaluation factors: Technical Capability, Past Performance and Price.

Factor I: Technical Capability
Factor II: Past Performance
Factor III: Price

Factor I, Technical Capability:
1. Submittal Requirements
1.1 Contractors' shall submit Technical Capability documentation which may include a narrative, charts, graphs, tables and drawings. Technical Capability is defined as the contractor's demonstration of resources and capability to successfully conduct the requirements. The technical capability documentation should clearly describe, in sufficient detail, the contractor's resources which will be used to successfully fulfill the technical requirements. The documents may include product/ service literature. Include Personnel and Parts Supply information attached in the Evaluation Criteria.
Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the contractor's demonstrated resources and capability to meet the technical requirements. This factor will be rated per the attached Evaluation Scoring Sheet. The Government will evaluate the technical approach submittals to determine whether the offeror demonstrates a clear understanding of the requirement and demonstrates the necessary capabilities to meet the technical requirements.

Factor II, Past Performance:
1. Submittal Requirements
1.1 Contractors shall submit no more than 3 Past Performance References or Contract Performance Assessment Reporting System (CPARS) Evaluation Reports. If a completed CPARS Evaluation Report is available for each project; it shall be submitted with the quotation. The Government reserves the right to contact references for verification or additional information.

1.2 Contractor's may provide any information on problems encountered and the corrective actions taken on projects. Contractor's may also address any adverse past performance issues. Explanations shall not exceed two (2) double-sided pages (or four (4) single-sided pages) in total.

Basis of Evaluation:
The assessment of the contractor's past performance will be used as a means of evaluating the contractor's probability of successfully meeting the requirements. In addition to the maximum of three relevant past performance reports, the Government reserves the right to obtain more information for use in the Evaluation of the past performance factor. Evaluation of past performance is a subjective evaluation of how relevant a recent contract effort was regarding the requirements and how well the contractor performed on relevant contracts. A relevant project is defined as a project that is similar in size, scope and complexity to that of the RFQ. A recent project is defined as a project performed within the past 3 years. This factor will be rated per the attached Evaluation Scoring Sheet.

In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but is not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) Federal Awardee Performance and Integrity Information System (FAPIIS) using all CAGE/ DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/ subsidiary/ affiliate) identified in the contractor's quotation, inquiries of owner representative(s), and any other known sources not provided by the contractor. The Government reserves the right to contact any other source of information that may have knowledge or information on a contractor's relevant past performance history.

Factor III, Price:
1. Submittal Requirements
1.1 Contractor's shall submit a Quotation which will be evaluated for price reasonableness.
Basis of Evaluation:
The Government will evaluate the price quotation using price analysis techniques to determine fairness, reasonableness and realism in relation to the technical solution. Price analysis will be conducted in accordance with the FAR, Commerce Acquisition Manual and any other provision within this RFQ.

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the attached provision.

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional clauses within FAR 52.212-5 and which may be applicable to this acquisition are:

52.219-28, Post Award Small Business Program Representation
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 Veterans
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports for Veterans
52.222-50, Combating Trafficking in Persons
52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-1, Buy American Act-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer

FAR 52.252-1, Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html
and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm

FAR 52.217-5, Evaluation of Options
FAR 52.225-18 - Place of Manufacture
FAR 52.232-15, Progress Payments Not Included
CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures
CAR 1352.215-70, Proposal Preparation
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests

FAR 52.252-2, Clauses Incorporated by Reference:
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html
and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm

FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.245-1, Government Property
FAR 52.246-4, Inspection of Services-Fixed Price
FAR 52.247-34, FOB Destination
FAR 52.242-15, Stop-Work Order

CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-72, Restrictions Against Disclosure
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest
CAR 1352.237-71, Security Processing Requirements-No Risk Contracts
CAR 1352.270-70, Period of Performance

CAR 1352.246-70, Place of Acceptance (APR 2010)
(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be:
NIST
Shipping and Receiving
325 Broadway
Boulder, CO 80305

NIST LOCAL-10, Delivery Instructions
Contractor shall coordinate delivery (including installation and training
if applicable) with the Technical Information Contact identified herein.

NIST LOCAL - 39, Marking/Packing Instructions
(1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate
CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis.

(2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual
Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is
Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an
Issuable unit.

(3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.

NIST LOCAL-53, Contract Performance During Changes in NIST Operating Status
Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status:

Gaithersburg Campus Operating Status Line:
(301) 975-8000
(800) 437-4385 x8000 (toll free)

Boulder Campus Operating Status Line:
(303) 497-4000

During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status.

NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed.

Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance.

NIST LOCAL-54, Electronic Billing Instructions
NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV.
Each Invoice or Voucher submitted shall include the following:
(1) Contract number;
(2) Contractor name and address;
(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers);
(4) Date of invoice;
(5) Invoice number;
(6) Amount of invoice and cumulative amount invoiced to-date;
(7) Contract Line Item Number (CLIN);
(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered;
(9) Prompt payment discount terms, if offered; and
(10) Any other information or documentation required by the contract.
The purpose of the Modification was to revise the Title. All other terms and conditions remain unchanged.

Overview

Response Deadline
July 11, 2018, 8:00 p.m. EDT Past Due
Posted
July 3, 2018, 7:17 p.m. EDT (updated: July 9, 2018, 5:18 p.m. EDT)
Set Aside
None
Place of Performance
U.S. Department of Commerce National Institute of Standards and Technology (NIST) Acquisitions Management Division 325 Broadway BOULDER, CO 80305 USA
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 8 days, below average for the National Institute of Standards and Technology.
On 7/3/18 National Institute of Standards and Technology issued Synopsis Solicitation NB687100-18-01655 for ASML Stepper Preventive Maintenance due 7/11/18. The opportunity was issued full & open with NAICS 811219 and PSC J.
Primary Contact
Name
Angela L. Hitt   Profile
Phone
(303) 497-7305

Documents

Posted documents for Synopsis Solicitation NB687100-18-01655

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation NB687100-18-01655

Award Notifications

Agency published notification of awards for Synopsis Solicitation NB687100-18-01655

Contract Awards

Prime contracts awarded through Synopsis Solicitation NB687100-18-01655

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation NB687100-18-01655

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation NB687100-18-01655

Additional Details

Source Agency Hierarchy
COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST
FPDS Organization Code
1341-000SB
Source Organization Code
100182905
Last Updated
April 1, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 1, 2019