Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOLICITATION NOTICE

95 -- ANALYSIS OF METAL CONTACTS TO SINGLE CRYSTAL SILICON CARBIDE

Notice Date
7/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC0205583Q
 
Response Due
8/1/2007
 
Archive Date
7/17/2008
 
Small Business Set-Aside
N/A
 
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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for an Analysis of Metal Contacts to Single Crystal Silicon Carbide Background: The NASA Glenn Research Center (GRC) is developing thermally stable ohmic metal contacts on single crystal silicon carbide as an enabling technology for applications in high temperature microelectromechanical systems (MEMS) and electronics. The diffusion of oxygen from the outside and then through the metal to the contact interface with silicon carbide (SiC) generally leads to a catastrophic failure of the device. To prevent such from occurring during the operational life of the device, NASA GRC have demonstrated that the stack of Titanium/Tantalum Silicide/Platinum (Ti/TaSi2/Pt) metallization scheme provides excellent ohmic contact and diffusion barrier against oxygen penetration. However, the long term reliability of the metallization contact to the SiC is still unknown. Specifications: The Contractor shall analyze SiC samples with the Ti/TaSi2/Pt metallization supplied by NASA GRC at various stages of annealing process. Eight sets of samples shall be analyzed in the following sequence: 1: As deposited samples 2: Nitrogen annealed samples 3: Samples with Ti/Au deposited on a subset of nitrogen annealed samples; 4: Subset of samples from (3) annealed in atmosphere for 1 hour 5: Subset of samples from (3) annealed in atmosphere for 10 hours; 6: Subset of samples from (3) annealed in atmosphere for 50 hours 7: Subset of samples from (3) annealed in atmosphere for 100 hours; 8: Subset of samples from (3) annealed in atmosphere for 130 hours. Analysis required: At each step mentioned above, the Contractor shall perform the following analyses: A: Cross section transmission electron microscopy (XTEM) using focus ion beam (FIB) and Scanning electron microscopy (SEM) for sample preparation; B: The TEM features shall have be within the resolution of carbon atom. C: Resolve the inter diffusivity of the metals; D: Resolve the diffusion of Au through the contact metallization to the SiC; E: Use X-ray energy dispersive spectrometer (XEDS) to determine the composition of each interfacial phase; F: Use the Scanning TEM mode to perform elemental analysis on each sample; Deliverables: The deliverables shall be monthly reports containing analytical data obtained from the analyses perform from A to F. A final report is also required. The final report shall contain comprehensive analytical results, conclusions, and references of previously published work done, if such exists. Period of Performance: The period of performance shall be 12 months after receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE ITEMS MEET THE ABOVE STATEMENT OF WORK** The provisions and clauses in the RFQ are those in effect through FAC 05-16. The NAICS Code and the small business size standard for this procurement are 332999 and 500 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. Delivery to Glenn Research Center is required within 12 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is D0-C9 Offers for the item(s) described above are due by Wednesday August 1, 2007 at 4:30 p.m. EST and may be faxed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-305 Cleveland Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Corporate and Government Enitity (CAGE) Code, DUNS number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), 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. Offers may also be submitted via e-mail to Timothy.M.Bober@nasa.gov . Offerors are responsible for ensuring that their respective proposals and e-mails are received. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items 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: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) that are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.225-1 Buy American Act ? Supplies (June 2003) (41 U.S.C. 10A-10D), 52-227-14 Right in General (JUN 1987), 52.232-25 Prompt Payment (OCT 2003), 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332), 52.234-1 Changes ? Fixed Price (AUG 1987). 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 Timothy M. Bober not later than Tuesday July 24, 2007. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. ***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=22 . 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=22#125859)
 
Record
SN01344728-W 20070719/070717222124 (fbodaily.com)
 
Source
FedBizOpps 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.