Turbo Molecular Vacuum Pump System
Turbo Molecular Vacuum Pump System Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items, prepared in accordance with (IAW) the format in FAR Subp... Turbo Molecular Vacuum Pump System Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number, FA700019QA061, IAW FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05, effective 13 August 2019. The associated North American Industry Classification System Code (NAICS) is 334516, the Product Service Code (PSC) is 6640, and the small business size standard is 1,000 employees. All responsible sources may submit the 10th Contracting Squadron, USAF Academy (USAFA), will consider a quote, which if received timely. The Government bares no legal liability for the costs associated with this request for quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. Quotes submitted with used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. Please read and comply with all requirements for submitting a quote under the solicitation instructions and the addenda to FAR 52.212-1. Failure to comply with all instructions contained within this synopsis/solicitation could result in award ineligibility. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein. I. DESCRIPTION OF REQUIREMENT The United States Air Force Academy (USAFA) Department of Physics (DFP) has a requirement for two magnetically levitated hydrocarbon free, turbo molecular vacuum pump systems. This vacuum pump system will support the Atom Trap Trace Analysis (ATTA) experiment in the LORC. DFP personnel and cadets in Phys 490 and Phys 499 research courses associated with the ATTA research project will use this system. The addition of these vacuum systems will allow USAFA to receive and use a state-of-the art experimental apparatus donated to USAFA by Colorado State University. Detailed specifications and performance requirements for this acquisition are as follows: • Magnetically levitated / magnetic bearing turbo molecular vacuum pump. • Turbo molecular vacuum pump with a N2 pumping speed equal to or greater than 360 l/sec. • Turbo molecular vacuum pump with an ultimate pressure of less than or equal to 2 * 10^-10 mbar. (i.e. 1 * 10^-10 mbar is acceptable, 1*10^-9 is not) • Turbo molecular vacuum pump with a maximum allowable foreline (fore-vacuum) pressure for N2 of 5 mbar (4 Torr) or more. (i.e., 25 mbar (19 Torr) is acceptable; 1 mbar (0.75 Torr) is not). • Turbo molecular vacuum pump with a Conflat (CF) inlet flange connection of either 6" or 8" only. • Turbo molecular vacuum pump with a DN 16 ISO-KF or DN 25 ISO-KF foreline / outlet flange connection. • Input voltage requirements: 100-120 VAC (+/- 10) at 50/60 Hz • Mountable in any orientation. • Fully integrated pump controller preferred, or alternatively, if not fully integrated the quote must include a separate pump controller for the quoted system. • Fully integrated pump power supply preferred, or alternatively, if not integrated the quote must include a separate pump power supply for the quoted system. • Must include an appropriate accessory (integrated or separate) for water-cooling of the turbo pump. If not fully integrated, the quote must include a separate pump-cooling accessory for the quoted system. • Inclusion of all necessary cables and connections to operate the quoted system. • Must have a minimum of a one-year warranty. • Must be a new unit. Provide the pricing for the following line item: Line Item Description Qty Unit of Issue Unit Price Extended Price 0001 Magnetically Levitated, Hydrocarbon Free, Turbo Molecular Vacuum Pump System (IAW attached detailed specifications and performance requirements). Shipping costs factored into the unit price of each system. 2 Assembly $ $ Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that the OEM warranty and service provided are maintained by the OEM. It is the USAF Academy's preference/intent to acquire only domestic end products per the Buy American statute (41 U.S.C. chapter 83), except as provided in FAR 25.103. Foreign quotes will be evaluated per DFARS 225.502 when comparing domestic and foreign quotes. This requirement is for commercial off-the-shelf items, therefore the manufacturing country of origin will determine if items are foreign or domestic. For your convenience, a fill in version of the Buy American Statute Certificate (DFARS 252.225-7000) is included as attachment #1 of this solicitation. Delivery. The delivery schedule for each line item is as follows: Line item 0001 - Delivery of all items due no later than 27 September 2019. Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840. Any applicable shipping costs must be factored into the overall unit price. Do not include a separate line item for shipping charges. The Government will not consider quotes that are a FOB point other than destination. Inspection/Acceptance: The Government will inspect and accept items at the Government's location, U.S. Air Force Academy, CO 80840. Payment on invoices cannot be made until the Government has accepted the deliverables on each CLIN. DESCRIPTIVE LITERATURE. In order for products to be considered by the Government, they must meet the physical, functional, or performance characteristics specified in this solicitation. Clearly identify brand name and model. Include products' descriptive literature, such as illustrations, specification data sheets, or product brochures that clearly identify that the product meets or exceeds the Government's requirements. II. SOLICITATION INSTRUCTIONS 1. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation is being issued IAW FAR Parts 12 and 13 as a RFQ. IAW FAR 13.004, in all instances throughout this solicitation any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". All instances of the word "award" should be understood as "order". Quotes supplied in response to this solicitation are not binding. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The offer must be complete, stand alone, and respond directly to the requirement of this solicitation. Offerors must comply with all instructions contained in the addenda to FAR 52.212-1, Instructions to Offerors--Commercial Items (listed below). Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 2. The provision at FAR 52.212-1 Instructions to Offerors - Commercial items (Oct 2018), and the addendum listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of quotes. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quote via e-mail to: 10th Contracting Squadron 10 CONS/PKC, Attn: Melissa Staudacher, and Ryan Mavis 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315 Email: melissa.staudacher@us.af.mil / ryan.mavis.2@us.af.mil Phone: (719) 333-4504 Fax: (719) 333-9018 (2) Quotes must be received by 23 August 2019, 12:00 p.m. Mountain Daylight Time b. Late submissions: FAR 52.212-19(f) is amended as follows: (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 4 days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Descriptive literature and technical specifications must contain adequate information to judge if products meet or exceed the characteristics supplied in the solicitation and address each salient characteristic listed. (2) Specific Instructions. Quotes shall consist of three parts, as described below. (a) PRICE QUOTATION. Submit the price quote in accordance with the contract line item (CLIN) structure as listed in this solicitation. Prices quoted must be firm fixed-price to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. (b) TECHNICAL/DESCRIPTIVE LITERATURE. Offerors must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the detailed specifications and performance requirements (salient characteristics) in contract line item (CLIN) 0001 of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each performance requirement characteristic listed. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. If an offeror cannot comply with every requirement, the quote may not be considered. Warranty information is also required. (c) CONTRACT DOCUMENTATION (Representation and Certification) (i) Quoters are required to be registered in the System of Award Management (SAM) at https://www.sam.gov at the time the quotation is submitted in order to comply with the annual representations and certifications requires and FAR 4.1102. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. (ii) Quoters must include a completed copy of the following provisions that require fill-in text listed by reference in attachments of this solicitation: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I) (Oct 2014). The Quoter shall complete paragraphs (c) through (u) of this provision (as applicable) if information listed in the electronic representations and certification in the System for Award Management (SAM) is not current or accurate at the time of submitting the quote. A full-text copy of this provision can be obtained by e-mailing the point of contact listed under the addendum to FAR 52.212-1, "submission of quotes". If the electronic representations and certification in SAM is current and accurate, the quoter will include a statement to this fact with their price quote. DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Nov 2014). (Attachment 1: Buy American Certificate) (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. e. Addendum to FAR 52.212-1(h), Multiple awards is amended as follows: "The Government will award a contract on an "all or none" basis, multiple awards shall not be contemplated." (End of Addendum) 3. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Solicitation Requirements. Award of this requirement will be offered to the quoter IAW 52.212-2, found herein. ADDENDA TO FAR 52.212-2: BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR parts 12 and 13. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial quotes, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness IAW FAR 13.106-3. Quotes will be evaluated in the order outlined below: (1) Solicitation Requirements and Responsiveness. All quotes submitted will be reviewed for completeness to determine if they meet the solicitation criteria outlined in the addenda to FAR 52.212-1. The offer shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Offerors who fail to meet solicitation criteria will not be evaluated further. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. The Government may choose to waive or correct informalities and minor irregularities in offers received. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale in part (c) Contract Documentation. (2) Price Evaluation. (a) Quotes will be ranked according to price. An offeror's proposed price will be determined by multiplying the quantity by the contractor's proposed unit price to confirm the extended amount for each contract line item (CLIN). The unit price of the vendor's quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. No advantage will accrue to a vendor who quotes an unrealistically low price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. Failure to propose any item may cause the vendor's quote to be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness and affordability of the quoted price. (b) If the lowest price quote passes technically, that quote represents the best value for the Government and the evaluation process shall stop at this point. An award will be based on a best value of price and technical acceptability of the quote. An award will be made to that offeror without further consideration of any other quotes. The evaluation process will continue in this manner until a vendor's quote passes the technical evaluation. If no quotes are considered technically acceptable, the solicitation maybe canceled. (3) Technical Information. Quotes will be reviewed to determine if the items submitted satisfies the requirements outlined in this solicitation. The technical information will be evaluated on a Pass/Fail basis as meeting or exceeding the salient characteristics. (4) Responsibility. The quote will be reviewed for exclusions or derogatory information in System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS), and other sources available to the Government. Offerors with exclusions or derogatory information will not be evaluated further. (End of Addendum) FAR 52.212-2 Paragraphs b and c are not applicable as shown below: (b) Options. 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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 4. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. Addendum to FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (a) Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). (End of Addendum) III. ADDITIONAL PROVISIONS AND CLAUSES. The contracting officer has determined the provisions and clauses listed in Attachment 2 to be necessary for this acquisition. The full text of each provision and clause can be viewed at: FAR: https://acquistion.gov/browse/index/far DFARS/AFFARS: https://acquisition.gov/content/supplementalregulations IV. ATTACHMENTS TO THIS SOLICITATION 1. BUY AMERICAN CERTIFICATE 2. PROVISIONS AND CLAUSES
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »