Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2001 FBO #0017
PRESOLICITATION NOTICE

66 -- EMISSIVITY-COMPENSATED PYROMETER

Notice Date
12/17/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
02-844-3042
 
Response Due
12/31/2001
 
Archive Date
1/15/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, carol.wood@nist.gov
 
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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #02-844-3042, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01, effective October 22, 2001.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334413, and the small business size standard is 500 Employees.***** This acquisition is unrestricted and all responsible vendors may submit a quote.*****The National Institute of Standards and Technology (NIST) has a requirement for an Emissivity-compensated Pyrometer, EMCORE BRAND NAME -- OR EQUAL (EMCORE Part #'s 1023958 RealTempSystem, 1024312 Tilted Viewport, and 1027455 RealTemp Computer and Epistat Softward System), which will be used for developing accurate (i.e. traceable to ITS-90) and verifiable temperature metrology for the measurement of semiconductor wafers during rapid thermal processing. The pyrometer shall also be capable of providing in-situ monitoring of reflectance in a deposition process, real-time monitoring of film growth rate, and information about surface morphology.*****The following salient characteristics and specifications are required and shall be met: (1) Capable of measuring temperature, emissivity, reflectance, film growth, and characteristics of surface morphology and performing measurements on rotating discs; (2) Operating wavelength = 905 +/- 35 nm; (3) Minimum set of compatible substrates: Si, GaAs, Ge, InP, InAs, InSb; (4) Minimum temperature measurement range: 540 ?C to 900 ?C; (5) Minimum emissivity measurement range: 0.02 to 1.00 (single wafer); 0.02 to 0.98 (multi-wafer setup); (6) Optical fixed focus distance: somewhere between 10" to 20"; (7) Measurement spot diameter: somewhere between 0.2" and 1.0"; (8) Minimum data acquisition time (important for rotating disk reactors): 1 ms or faster; (9) Standard 1.33" conflat-flange viewport; (10) Operating conditions: 19 ?C to 27 ?C or broader temperature range; (11) Measurement reproducibility after connect/disconnect of fiber-optic cable at 100% emissivity: <1 ?C; (12) Warm-up time: 1 hr or faster; (13) Dimensions: Electronics compatible with standard 19" rack-mount enclosure; (14) Fiber optic cable length: Minimum 10 feet; (15) Communication cable length: Minimum 10 feet; (16) Power requirements: 115 VAC or 220 VAC at 60 Hz and < 5 amps; (17) Complete software control with capability to allow modification of input parameters for change in materials, systems, etc.; (18) Measurement accuracy and repeatability: Emissivity--Repeatability: 0.3% or better; Drift (24 h): 0.4% or better; Temperature effect: 0.2%/?C or better; Accuracy: 1.3%; Temperature--Accuracy @ 100% emissivity: 3 ?C (bare uncertainty); (19) Demonstrated ability to deliver such a device as evidenced by furnishing three (3) references to whom comparable systems have been sold over the past three (3) years, including reference POC, company, phone number, government contract/order number (if applicable); (20) Minimum 1-year warranty.*****Delivery is required within 2 months after receipt of order (ARO). The FOB point shall be DESTINATION, Gaithersburg, MD.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide three (3) references to whom comparable items, for similar applications, have been sold over the past five (5) years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are more important than (C).*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****All vendors shall provide the following: (A) One original and one copy of their quotation; (B) two copies of description and product literature, as applicable; (C) warranty information, and (D) a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm The clause 52.211-6, Brand Name or Equal, applies to this acquisition.*****All interested, responsible vendors shall submit quotes, by 3:00 PM, Washington DC time, on DECEMBER 31, 2001, to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (01-844-3042), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.
 
Place of Performance
Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN20011219/00006908-011218100207 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.