Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2004 FBO #1013
SOLICITATION NOTICE

66 -- WAFER PHOTOLUMINESCENCE MAPPER

Notice Date
9/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04077307Q
 
Response Due
9/10/2004
 
Archive Date
9/2/2005
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams-1@nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams-1@nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is NOT set aside for small business. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Wafer Photoluminescence Mapper System and Item 2) one set of documentation The Contractor shall furnish Items 1 and 2 in accordance with the following specifications. The automated photoluminescence (PL) system shall be capable of producing high resolution maps of peak PL intensity, integrated PL intensity, peak wavelength, FWHM and reflectivity on 2?, 3? and 4? diameter semiconductor wafers. The system shall have the following characteristics: 1) System shall be capable of detecting PL intensity and spectra from III-V (GaAs and InP) based semiconductor materials in the spectral range from 550nm to 2000nm 2) System shall include two (2) photodetectors; a silicon CCD array detector and a TE cooled InGaAs array detector and shall be capable of detecting emissions from 400nm to 2040nm. (See best value criteria below) 3) System shall include two (2) on-board laser excitation sources with wavelengths of less than 540nm and 980nm. The system shall include the capability to vary, monitor and control the excitation power level. The system shall also include the capability of adding at least one additional laser excitation source. 4) System shall include a white light source for reflectivity measurements as well as an integrated intensity detector. 5) System shall incorporate array detectors and fixed gratings for simultaneous acquisition of PL spectra 6) System shall be capable of mapping 2?, 3? and 4? diameter wafers. It shall also be capable of mapping irregular shaped samples. If a change of wafer chuck is required to measure a different diameter sample, the mounting system must be capable of quick (less than 5 minute) changeover. 7) System shall have a footprint not to exceed 800mm wide x 800mm deep x 600mm high 8) System mass shall not exceed 90kg excluding PC 9) System shall incorporate wafer temperature measurement 10) PL spot size shall be a minimum of 100 microns in diameter 11) All grating, filters and array detectors shall be computer controlled and shall allow the measurement conditions to be reconfigured solely via software 12) System shall be capable of acquiring 30 spectra per second (max) 13) System shall be capable of acquiring intensity from 2000 points per second (max) 14) Software shall be capable of displaying maps of peak PL wavelength, peak PL intensity, full width at half max (FWHM) and integrated PL intensity for any point on the wafer. 15) Software shall be capable of extracting line profiles, determining alloy composition, providing statistical information, generating 2D and 3D maps as well as exporting the data and graphics to other software packages Note: PC is not required with the system, however see best value criteria below Item 2 One copy of documentation/instruction for the operation of all software and hardware furnished for Item 1. Delivery Schedule The Contractor shall deliver Items 1 and 2 within 8 weeks ARO. Solicitation Instructions The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAIC code is 334519 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Ombudsman has been appointed -- See NASA Specific Note "B". Delivery shall be FOB Destination, NASA, Cleveland, Ohio. Do NOT propose FOB Origin or FOB some other location. Offers for the items(s) described above are due by September 10, 2004, 4:30p.m. GRC local time and are to be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135. Include, solicitation number on the outside of the envelope. The offer shall include: FOB Destination NASA GRC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and a signed copy of the Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 thru 2 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Faxed offers are not acceptable. Offers must have a Cage Code in order to receive an award. You may obtain a Cage code at the following URL: http://www.ccr.gov/ Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Offerors shall provide the information required by FAR 52.212-1. Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the price. Your price for the items shall include all applicable taxes, import duties and fees. Note that NASA is a U.S. Federal Agency and is exempt from local and state taxes. Price: If also offering a system that meets one or more best value criteria, please provide separate prices for the operating PC and/or the system with an extended IR responsivity of the detectors beyond the 2040nm specification. If the end product(s) quoted is other than a domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. Alternate sites to download Representation and Certifications - Commercial Items may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses (only those X?d are applicable): _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 2 above. Consideration will given to the factors of meeting specifications, total price, and past performance. (Offerors shall provide a summary of their firm that includes how many years they have furnished the same or similar product required and the number of units sold in the last 2 years.) Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes past performance, delivery schedule, meeting specifications, and total price, and are essentially equal in importance. Best Value will be an important consideration in selection. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: The following will be BVC considerations: 1. Extended IR responsivity of the detectors beyond the 2040nm specification, 2. Presence and quality of a PC supplied with the system (note: a PC not included in baseline system specifications above) 3. Warrantee offered, its coverage and effective period Note: See instruction in price section above if offering any best value item. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#112394)
 
Record
SN00664729-W 20040904/040902213222 (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.