Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

66 -- SINGLE WAFER R&D MOCVD NANOWIRE SYNTHESIS SYSTEM

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA05106754Q---DAF
 
Response Due
4/6/2005
 
Archive Date
3/22/2006
 
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 announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one (1) single wafer R&D MOCVD nanowire synthesis system. The system is to include the following: 1. Reactor Chamber: Single wafer vertical close-spaced reactor; Chamber Type: Cold wall, stainless steel with quartz optical viewport; Max. Substrate Size: 4-inch diameter; Viewport: 4-inch diameter quartz; 2. Shower head: Footprint larger than the heating stage; Ceramic-based or stainless steel based; Adjustable height: showerhead is placed 1-2 cm to the heated substrate; Allow uniform distribution of reactants to heating stage; Able to connect to customized gas delivery system through standard valve; Water-cooled injection showerhead; Comprised of at least 650 individual jets; 3. Heater: Rotating disk; Max. Temperature: 1,000?C; Required temperature uniformity: +/-10?C across 4-inch diameter; Normal operating temperature: 300-600?C ; 4. Process Gas Delivery Module: Number of Mass Flow Controllers [MFC]: 8; MFC Resolution: 0.1% of max flow rate; Max Flow Rate per MFC: 20 to 10,000 sccm (N2 equivalent); Carrier gas: H2 (with H2 purifier); Standard ?-inch gas lines; 5. Process Chemicals (Metalorganics): Trimethylbismuth (TMBi); Diisopropyltelluride (DiPTe); Trimethylindium (TMIn) or Triethylindium (TEIn); Trisdimethylaminoantimony or Trimethylantimony (TMSb); Trimethylgalium (TMGa); 6. Pressure Control Module: Vacuum Pump Type: Chemical Plasma Rotary Vane Mechanical pump; which is able to handle corrosive gases and byproducts; Pumping speed: 3.2 l/s Base Pressure: <100 mTorr Process Pressure Range: 1 to 500 Torr Deposition chamber nominal operation pressure in the range of 70 to 450 Torr; 7. Load-lock: Load-lock with manual load-unload mechanism; 8. Computer Control and software: Hardware control with graphical user interface; 9. Power Input: 110/120 VAC for control modules; 10. Documentation: Complete system documentation package containing: parts and components drawings, system schemetic, component specification sheets, installation instructions, system operation instructions and guidelines, assembly notes, and safety features, etc. 11. System Warranty and Maintenance: At least one year warranty ; Training and installation included in offer. The provisions and clauses in the RFQ are those in effect through FAC 05-01. The NAICS Code and the small business size standard for this procurement are 334516 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Offerors must be registered with the Central Contractor Registration (CCR) Database and have a valid/active Commercial and Government Entity (CAGE) code ( http://www.ccr.gov ). The successful offeror will be sent NASA forms that must be submitted with their firm's banking information in order to facilitate the electronic funds transfer (EFT) of any invoice payment. Delivery is to NASA Ames Research Center, Moffett Field, CA 94035 and delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by 2:00 PM Pacific Time on April 6, 2005, ATTN: Donella Franks, email: dfranks@mail.arc.nasa.gov, fax: 650-604-0270 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. 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 All contractual and technical questions must be in writing (e-mail or fax) to Donella Franks not later than 5:00 PM April 1, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery, Maintenance, and Warranty shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#114715)
 
Record
SN00773621-W 20050324/050322212742 (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.