Federal Bid

Last Updated on 15 May 2018 at 8 AM
Sources Sought
Washington District of columbia

MASKLESS ALIGNER PHOTOLITHOGRAPHY SYSTEM

Solicitation ID N00173-18-RFI-TL08
Posted Date 20 Apr 2018 at 7 PM
Archive Date 15 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Washington District of columbia United states 20375
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES.

 

 


A. LOCATION - Naval Research Laboratory (NRL) in Washington, DC

 


B. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of fulfilling a requirement for a research grade maskless aligner photolithography system for semiconductor device patterning and fabrication.

 


It is anticipated that a Request for Proposals will be issued within the next month. Answers to this RFI will be key in shaping certain aspects of the requirement.

 


C. CONTRACT TYPE: The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract

 


D. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply.

 


E. LENGTH OF AWARD - From date of award through delivery

 


F. MINIMUM SPECIFICATIONS - The draft minimum technical requirements for the effort are in the attached specifications. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications.

 

G. RESPONSE FORMAT - The Government asks that interested parties, at a minimum, supply the following information in a Capability Statement using the following format:

 


REQUIRED INFORMATION

 

1) CONTACT INFORMATION:
a) Name of Company
b) Telephone Number, Fax Number, Address, and e-mail address
c) DUNS Number, business size, CAGE code, and number of employees
d) NAICS Code of proposed solution
e) PSC Code of the proposed solution

 

2) COMMERCIALITY OF PROPOSED ITEM
a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or non-government entities for the other than Government purposes

 

b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.

 

3) PRODUCT DESCRIPTION
a) Provide a description of how the proposed product will meet or exceed the each of the specifications as it is anticipated that ultimate evaluation will be best values and a go/no go basis.

 

b). Provide a product brochure.

 

4) DESCRIPTION OF RELEVANT EXPERIENCE:

 

Provide a list of any Navy, DoD, federal, state, or local contracts supported during the past 36 months with a brief description of the type of work performed or supply/product offered.

 

Please describe your company's ability and procedures to meet diverse and unpredictable hazardous materials service needs.

 

5) SUBCONTRACTING POSSIBILITIES

Provide information on potential subcontracting opportunities.  If no subcontracting opportunities exist, please explain why.

OPTIONAL:

 


In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures:

 


a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued.

 


b) Proposal evaluation factors.

 


c) Quality assurance monitoring of contractor performance.
-------------------------

 


52.215-3 -- Request for Information or Solicitation for Planning Purposes.

 


Request for Information or Solicitation for Planning Purposes (Oct 1997)

 


(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.

 


(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

 


(c) This solicitation is issued for the purpose of: market research and procurement planning.

 


(End of Provision)

Bid Protests Not Available

Similar Past Bids

Washington District of columbia 29 Apr 2019 at 5 PM
Washington District of columbia 05 Sep 2019 at 1 PM
Washington District of columbia 05 Jun 2018 at 11 AM
Location Unknown 26 Apr 2021 at 4 AM
Annapolis Maryland 21 Mar 2022 at 9 PM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
Orlando Florida 31 Dec 2025 at 5 AM (estimated)
Orlando Florida 01 Oct 2025 at 4 AM (estimated)