Skip to main content

An official website of the United States government

You have 2 new alerts

RYD PIC Probe Station (23Y-009)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • 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:
  • 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

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