Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2003 FBO #0582
SOLICITATION NOTICE

66 -- Electron Beam Disposition Source System

Notice Date
7/2/2003
 
Notice Type
Solicitation 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
NA1341-03-Q-0639
 
Response Due
7/16/2003
 
Archive Date
7/31/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
joni.laster@nist.gov, Patrick.Staines@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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. ***The National Institute of Standards and Technology has a requirement for Two (2) Electron Beam Disposition Source Systems. ***All interested offerors shall provide a quote for the following: Line Item 0001: Two (2) Electron Beam Disposition Source System consisting of the following components and meeting all listed component specifications: (1) Modular Electron-Beam Deposition Source System w/internal water cooling, beam steering & high voltage connections which inserts into an ultra-high vacuum chamber through an 8" throat using a 10" flange. (2) Each Modular Source shall have at least six pockets and shall be capable of delivering at least 6 different materials with a minimum pocket volume of 3 cc per source. (3) Parts shall be all metal sealed, UHV compatible (below 1x10^-10 torr), not just HV compatible; parts with o-rings or ferro fluids will not be accepted. (4) The Modular System shall have all internal water, beam steering & high voltage connections already made and shall be mountable directly on a copper gasket sealed port that has a flange no bigger than 10" and have an 8" throat. The exact extension of the source into the chamber (expected to be between 10" and 15") to be specified after award of an order. (5) The electronics shall be compatible with the modular sources, this applies specifically to the power supply, beam steering and, high voltage controls. (6) All wiring for connections between the power supply, beam steering (i.e., sweep control), high voltage controllers (i.e., beam control), and the sources themselves shall be provided & compatible. (7) Power supply shall be at least 10kW with connections & wiring configured for running a minimum of two sources. NIST does not want Two (2) power supplies to run Two (2) sources. (8) Intensities of the electron beams provided by the beam controllers shall be able to be controlled both on the beam controllers themselves as well as using a feedback voltage control signal such as would be provided by a separate quartz crystal oscillator type deposition rate controller; Line item 002: UHV compatible linear motion feed throughs shall already be integrated with stepper motor drives:One (1) with 6" travel and Two (2) with 8" travel with three (3) compatible controllers and Line item 003: A copper sealed, manually-operated (not pneumatic) metal bonnet gate valve with 10" metal gasket seal flanges. ***The Contractor shall state the warranty coverage provided for all line items. *** ***Delivery shall be provided no later than 10 weeks after receipt of an order and shall be FOB Destination. *** As defined in the Federal Acquisition Regulation, (FAR), FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** Award shall be made to the offeror whose quote offers the best value to the Government, technical & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (21) 52.225-13 Restriction on Certain Foreign Purchases and (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration . Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission shall be received by 3:00 p.m. EST on July 16, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00362476-W 20030704/030702213328 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.