Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

66 -- RECOVERY--Molecular Beam Epitaxy System - Attachment I

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0256
 
Archive Date
6/18/2010
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment I. RECOVERY--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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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) 2005-40. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Carol A. Wood, Contract Specialist. Questions must be received no later than ten (10) calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (END OF PROVISION) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. The MBE system will be used to make a variety of semiconductor crystal structures for NIST’s semiconductor quantum optics experiments. With near atomic-layer accuracy a device structure can be built containing different material and alloy combinations of aluminum, gallium, indium and arsenic. NIST requires a modular MBE system that can be expanded and that is completely computer controlled and automated. For this reason NIST requires a cluster tool to handle the semiconductor wafer manipulations. All offerors shall provide a quotation for the following line items. Equipment shall meet or exceed the technical specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. LINE ITEM 0001 – Quantity 1 each Molecular Beam Epitaxy System, which shall include all of the following components and meet or exceed all of the following required specifications: GENERAL SYSTEM REQUIREMENTS 1. With the exception of the transfer to the MBE systems, which can be manual, the system must be completely automated and based on an automated rotational cluster tool to transfer wafers between loading/baking/sample preparation chambers and two (2) MBE systems; 2. One or more linked computer systems must automatically operate all subsystems. The computer controlled transfers between chambers must have the option to be based on time as well as chamber pressures. The computer system must automatically set to user defined idle conditions in the event of a power failure; 3. The system must have ultra-high vacuum (UHV) gate valves with position indicators throughout that can be baked to 200˚C; 4. Laboratory Constraints: The system must be delivered to the laboratory through a set of hallways and doors with dimensions of 8 ft x 8 ft. There are 90˚ turns in the approach to the final laboratory. With electrical racks and the necessary computer tables spread out to allow access, the system will occupy a room of approximately 20 ft x 20 ft; 5. Site Preparation NIST will renovate the laboratory site for installation of the instrument prior to instrument delivery and installation by the contractor. The contractor shall provide a complete list of facilitization requirements within 5-days of contract award. The Contractor may be required to coordinate with a contractor performing associated laboratory renovations. This coordination may include, but is not limited to participating meetings in person or via conference call and providing information regarding electrical supply and cooling water requirements. 6. Liquid Nitrogen System including, at a minimum: i. A LN phase separator with a sufficient number of ports to supply MBE A, MBE B and one additional vacuum jacketed drop into the laboratory; ii. Flexible triax tubing from phase separator to MBE A and MBE B; iii. Vacuum-jacketed feed through connections to MBE A and MBE B; iv. Isolation valves at the phase separator and at MBE A, MBE B and the additional drop; v. LN control box showing line vacuum pressure, high-medium-low fill level, and phase separator exhaust heater state; the heater must be a solid-block exhaust heater (not band heater). 7. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered for award. COMPONENT 1 - MBE A SPECIFICATIONS 1. One MBE machine (MBE A) with a base pressure of 5 x 10-11 torr when all loaded source cells and substrates are heated to a standard idle temperature (2 Ga = 500˚C, 2 Al = 650˚C, 1-2 In = 500˚C, As cracker (cracker zone = 900˚C, storage zone = 300˚C), Si=600˚C, substrate temperature = 100˚C); 2. Must be a vertical system with substrate facing downward during crystal growth; 3. Must be operated by a computer program capable of measuring source fluxes automatically, and registering actual source-shutter positions; 4. Under a power failure, with NIST provided emergency back-up power (20 second turn on), the system must automatically reset to user defined conditions; 5. Must have the following sub-components: i. Liquid nitrogen cooling/pumping of the growth chamber and source flange region. ii. The system must support at least 10 effusion cells which can meet specification xxvi, the Material Quality Specification; iii. The following eight effusion cells shall be delivered with the system: (2) gallium – dual filament hot lip, 400 g capacity each; (2) aluminum – dual filament cold lip, 400 g capacity each; (2) indium – dual filament hot lip, 400 g capacity each; (1) arsenic adjustable valved cracker 500 cc; (1) silicon dopant source The cells must have crucibles appropriate for the Material Quality Specification and designed for reduced spitting. Reference specification xxii. Ga, Al and In cells must provide growth rates ranging from 0.05 – 1.3 µm/hr (maximum growth rate range can include two cells of the same element); iv. The arsenic cracker source must have an adjustable valve that is computer controlled to provide appropriate As to Ga, Al, In ratios for growth rates ranging from 0.05 – 1.3 µm/hr; v. A CTI 8 or equivalent cryo-pump and chiller-water cooled compressor. The salient characteristics of which are as follows: minimum pump speed: 1,500 liters per second; flange size: 8”. Stronger consideration shall be given for higher pumping speeds on larger flange; vi. An ion pump and controller with a minimum pumping speed of 480 l/s; vii. An ion gauge measuring the MBE A system pressure with 5 x 10-11torr or better measuring capability, and controller with 3 significant digit visual as well as computer readout; viii. Must computer record the MBE A system pressure in specification vii in both standby and growth modes; ix. An ion gauge capable of measuring the MBE A source fluxes in the 5 x 10-5 to 1 x10-10 torr range and a controller with 3 significant digit visual, and computer readout; x. Ability to ramp MBE sources, measure background and source flux pressures, and substrate background pressures by a computer script; xi. A residual gas analysis (RGA) system with 0-200 amu range and 10-12 sensitivity, containing a system-mounted head, power supply and software/computer control; xii. A substrate heater capable of reaching a maximum temperature of 800˚C with digit readout to 0.1˚C; xiii. The system must accept one 3 inch diameter GaAs substrate, one 2 inch diameter substrate, and multiple 1 inch diameter GaAs substrates (not simultaneously); xiv. Substrate rotation of 0 – 20 rpm with 0.1 rpm resolution and with location memory feedback to the computer (i.e. the computer program can determine and control the azimuthal position of the substrate holder); xv. The system must have viewports for optical inspection of loading process, the substrate heater, and all sources; xvi. The system must have shutters in front of the effusion cells that are computer controlled and have feedback from the shutter to the system electronics to verify and record actual shutter position; xvii. The cryopump, ion pump, other auxiliary pumps and interface between MBE A and the cluster tool must have UHV gate valves that can be baked to 200˚C and have a visual position indicators; xviii. The cyropump gate valve must be interlocked to the cryopump temperature sensor; xix. Reflective High Energy Election Diffraction (RHEED) System including RHEED Screen, 1-15 KeV Gun and power supply/controller; xx. Must include external RHEED camera, capture hardware and software with growth rate, surface reconstruction and lattice spacing analysis software; xxi. Must have band-edge thermometry for 1˚C accuracy at 575˚C and with full temperature range of 350-750˚C. Stronger consideration shall be given for the integration of the band-edge temperature measurement into the MBE computer growth software for real-time band-edge thermometry control of the substrate temperature; xxii. Must be able to perform modulation laser-based real-time optical thickness measurements using the Virtual Interface Technique for better than 1% thickness accuracy of GaAs and AlAs based distributive Bragg reflector quarter wave layers in the wavelength range of 800-980 nm and the index of refraction, n = 2.9 (AlAs) and 3.5 (GaAs). Stronger consideration will be given to the optical measurement system (xxii) if the GaAs, AlAs and/or AlGaAs growth rates determined by xxii are directly and automatically integrated into the MBE crystal growth software, such that growth software relies on real-time thickness measurements not predetermined growth rates. xxiii. The optical thickness measurement apparatus in specification xxii must contain a spectrometer, light source and associated software to conduct real-time spectroscopic scans from 750 nm – 1300 nm; xxiv. Heated viewports for all in-situ optical measurements; xxv. One normal-incident and at least two additional near normal incident view ports for optical measurements; xxvi. Material Quality Specification: (1) Thickness uniformity of AlAs, GaAs and Al(0.3)Ga(0.7)As of at or better than 1% over a 3 inch diameter wafer; (2) Si dopant uniformity of 30 % from 1x 1015 – 5x1018 cm-3 over a 3 inch diameter wafer; and (3) 1x106 cm2/V-s, or better mobility in 2DEG at 4K. When demonstrating specifications after completion of installation, item 3 can be achieved with either NIST or vendor supplied sample structures. Stronger consideration shall be given for equipment that can meet the following: A GaAs quantum well with AlGaAs barriers that has a photoluminescence linewidth (FWHM) of 1.75 nm or better at 4K. COMPONENT 2: PREPARATION CHAMBER i. Pumping configuration such that the base pressure is 3x 10-10 torr or lower in normal operation (1 hour after transfer from Cluster Tool; 5 hours after 100˚C wafer heating); ii. Must allow substrate heating to a minimum of 450˚C or above; iii. All functions, including transfers, substrate baking (including the hydrogen plasma cleaning; Reference Line Item 0007 – Option Line Item) must be computer controlled and automated. COMPONENT 3: LOADING CHAMBER i. Base pressure of 5x10-8 torr or lower after 2-hour pump down, 5x10-9 torr or lower after overnight pump down; ii. Must accept a minimum of 6 three inch diameter wafer holders at one time. The Contractor must supply the holders; iii. Automated pump down and transfer to and from cluster chamber; iv. Heating (for example quartz-lamp heating) to a substrate temperature of 200˚C or greater; Stronger consideration shall be given to a load chamber that contains an additional gate-valve separated region between atmosphere and the wafer-containing region that can be differentially pumped. Using a turbo pump, both Load Chamber regions must be pumped to 5 x 10 -8 torr. After which, the turbo pump must be isolated from the wafer containing region and a cryopump, supplied by the vendor, must pump the wafer containing region. The Load Chamber wafer containing region must have an operating base pressure of 5 x 10-10 torr or lower. COMPONENT 4: CLUSTER TOOL i. Ability to access 5 chambers. For example, a combination of MBE machines, load chambers, and preparation chambers; ii. An ion pump and controller with a minimum pumping speed of 220 l/s; iii. Complete automated computer control; iv. Base pressure of 5 x 10-10 torr with a maximum 2 hour isolated pumping from the load chamber, and a base pressure of 1 x 10-10 torr with 24 hour isolation; v. Ion gauge and controller with 3 significant digits, and visual and computer recorded values; vi. RGA head. Reference MBE A, specification xi; COMPONENT 5: MBE B i. One MBE machine (MBE B) identical to the MBE A in design and outfitting except that it will not contain effusion sources and their power supplies, RHEED analytical tools, band-edge thermometry or reflectivity measurement equipment. MBE B must have a base pressure of 5 x 10-11 torr when all sources and substrates are heated to a standard idle temperature (since no effusion cells will be present, this reduces to substrate temperature = 200˚C); ii. Must be a vertical system with substrate facing downward; iii. Must be operated by a computer program capable of measuring source fluxes automatically, and registering actual source-shutter positions; iv. Liquid nitrogen cooling/pumping of the growth chamber and source flange region; v. Must have the ability to support at least 10 effusion cells. The cell positions must be appropriate to meet the Material Quality for MBE A. Reference MBE A, specification xxvi. vi. A CTI 8 or equivalent cryo-pump and chiller-water cooled compressor. The salient characteristics of which are as follows: Minimum pump speed is 1,500 liters per second. Stronger consideration shall be given for higher pumping speeds on larger flange; vii. An ion pump and controller with a minimum pumping speed of 480 l/s; viii. An ion gauge measuring the MBE B system pressure with 5 x 10-11torr or lower measuring capability and a controller with 3 significant digit visual as well as computer readout; xix. Ability of recording the pressure in specification viii in both standby and growth modes. xx. An ion gauge capable of measuring the MBE B source fluxes (when added) in the 5 x 10-5 to 1 x10-10 torr range and controller with 3 significant digit visual and computer readout; xxi. Ability to ramp MBE sources, measure background and source flux pressures, and substrate background pressures by a computer script; xxii. An RGA system with 0-200 amu range and 10-12 sensitivity, containing a system- mounted head, power supply and software/computer control; xxiii. A substrate heater capable of reaching a maximum temperature of 800˚C with digital readout to 0.1 degree C; xiv. The system must accept one 3 inch diameter GaAs substrate, one 2 inch diameter substrate, and multiple 1 inch diameter GaAs substrates (not simultaneously); xv. Substrate rotation of 0 – 20 rpm with 0.1 rpm resolution and with location memory feedback to the computer (i.e., the computer program can determine and control the azimuthal position of the substrate holder); xvi. The system must have viewports for optical inspection of loading process, the substrate heater, and all sources; xvii. The system must have shutters in front of the effusion cell ports that are computer controlled and have feedback from the shutter to the system electronics to verify and record actual shutter position; xviii. The cryopump, ion pump, other auxiliary pumps and interface between MBE B and the cluster tool must have UHV gate valves that can be baked to 200˚C and that have visual position indicators; xix. The cyropump gate valve must be interlocked to the cryopump temperature sensor; xx. RHEED System including RHEED Screen, 1-15 KeV Gun and power supply/controller; xxi. Heated viewports for all in-situ optical measurements; xxii. One normal-incident and at least two additional near normal incident view ports for optical measurements. LINE ITEM 0002: INSTALLATION: Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. The Contractor shall install all components of the MBE system: -MBE A; -MBE B; -Cluster chamber; -Load chamber; -Preparation chamber; -Liquid nitrogen phase separator; -Installation and connection of lines from the phase separator to the MBE A and MBE B machines; and -One additional liquid nitrogen drop to the laboratory. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. LINE ITEM 0003: ON-SITE TRAINING: The Contractor shall schedule and conduct training for up to three (3) NIST personnel, on-site at NIST Gaithersburg. Training shall include all aspects of instrument operation including, but not limited to: -Daily operations of the loading, preparation, cluster and MBE chambers; -Periodic standard maintenance of the above chambers; -Operations and maintenance of all computer systems; -Emergency shut-down procedures; -Safety, operation and maintenance of the Liquid Nitrogen System; -Operation and maintenance of the As-Valved Cracker; -Operation and maintenance of the band-edge temperature, reflectivity thickness, and RHEED systems. -Bring chambers, especially the MBE chambers, to atmosphere; -Opening, and again readying said chambers for normal operations; -Baking chambers; -Loading and out gassing effusion cell source material; -Calibration of the MBE chamber for crystal growth after loading of effusion cell source material; and -Loading and unloading of substrates and finished crystal growth experiments. Training shall also include all aspects of instrument operation such as display and analysis of data both in real time and using stored data, exporting of data files into commercial software programs, and the creation and use of programmed sequences of analyses. The training may be completed at NIST immediately after installation. Reference “Delivery” for required timeline for completion of delivery, installation and training. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: REPORTING REQUIREMENTS UNDER THE RECOVERY ACT 1. Recovery Act reports are a required deliverable in accordance with FAR 52.204-11. Failure to submit timely and complete Recovery Act reports will be considered failure to comply with a contract term or condition. 2. The Department of Commerce (DOC)/Inspector General (IG) requires that all contractors who receive or have received contracts/orders funded by the American Recovery and Reinvestment Act (ARRA) be provided a copy of a power point presentation, to train their employees on fraud, waste and abuse. A 44-page power point presentation entitled “Recovery Act Oversight Program-Fraud Prevention Training” will be provided as an attachment to the award. The Contractor shall use the power point presentation to train all employees involved in contracts/orders funded by DOC/NIST ARRA funds within two weeks of award. For the purpose of this task, “training” can be accomplished through a single training session with employees, or through individual Employee review of the presentation accompanied by the employee’s signed certification of that review. Training documentation must be provided to the Contracting Officer not later than one week after training is completed. Documentation must include, at a minimum: -The contract/order number; -The date of training; -The names of individuals trained. LINE ITEM 0005: WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the system. Warranty shall commence upon successful completion of delivery, installation, training and demonstration of all required specifications and final acceptance by the Government. All costs including parts, labor, travel, and other expenses necessary to repair the system shall be borne solely by the Contractor at no additional cost to the Government. The warranty must also include unlimited telephone/e-mail support for questions regarding operation. LINE ITEMS 0006 - 0012 OPTION LINE ITEMS Line Items 0006 through 0012 are option line items. The Contractor shall provide pricing for all option line items. Prices quoted for option line items shall remain in effect for a period of one year from the date of award. The Government may exercise any or all of these option line items, at its discretion, at the time of award or at any time during the period of one year from the date of award. Reference FAR 52.217-7 Option for Increased Quantity—Separately Priced Line Items. All option line items must include complete installation. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required and/or manufacturer’s specifications. LINE ITEM 0006 – OPTION LINE ITEM Qty 1 lot of 400 feet of triax feed and 1 lot of 400 feet of return lines, and associated valves, gauges, and meters to connect the liquid nitrogen storage tank to the phase separator of the MBE system. This includes complete installation, connection and leak checking of the triax feed and return lines, and valves, gauges and meters from the liquid nitrogen storage tank to the phase separator in the NIST laboratory. LINE ITEM 0007 – OPTION LINE ITEM Quantity 1 each Hydrogen Plasma Source for Preparation Chamber Must include all associated support controls, and a turbo pump, backed by an oil-free roughing pump, for cleaning substrates. Must include gates valves such that the system will automatically switch from turbo to non-plasma source pumping at appropriate pressure or time. Must be computer controlled and automated. LINE ITEM 0008 – OPTION LINE ITEM Quantity 1 each Storage Chamber 220 l/s ion pumped Storage Chamber between the Cluster Chamber and MBE A. The Cluster Chamber must automatically deposit 6 wafers or more into the Storage Chamber, one at a time. Transfer to and from MBE A can be done manually or automatically (supplier’s option). LINE ITEM 0009 – OPTION LINE ITEM Quantity 1 each Portable Hard-Walled Clean Room including all of the following at a minimum: -Including gowning area separated by a door from the cleanroom; -Total area: 30 ft x 20 ft; -Lighting, electrical outlets and welded seam floors; -20 ft x 20 ft Class 5000 Cleanroom area for MBE System and 2 additional hoods. (Reference Option Line Items 0010 & 0011), including feed-throughs for mounting of LN Phase separator, toxic and nontoxic gas lines, DI and city water and drains, and safety sprinklers and detectors; -A Class 1000 area of suitable size for loading /unloading wafers; -Air flow from HEPA ceiling filters, exhaust through raised vent regions in the bottom of walls; -10 x 20 Class 10000 area containing gowning region, storage, desks and entry; -A raised region separating the gowning region from desk/entry region. This separation must have curtains; -One window - approximately 10 ft x 5 ft; -Two standard windows (to chase area); and -Three doors. LINE ITEM 0010 – OPTION LINE ITEM Quantity 1 each Solvent Hood meeting the following specifications: -Appropriate space for chemical storage underneath; -Adjustable sash heights; -Nitrogen air gun; -Dimensions: 6 ft long or greater. LINE ITEM 0011 – OPTION LINE ITEM Quantity 1 each Acid/Base Hood -Sink; -Nitrogen air gun; -DI (deionized) water and city water; -Appropriate chemical storage space underneath; -Adjustable sash heights -Dimensions: 6 ft long or greater; LINE ITEM 0012 – OPTION LINE ITEM Qty 1 each Uninterrupted Power Supply (UPS) UPS for computers, effusion cells, ion pumps, liquid nitrogen controls, valves and substrate heater. The UPS must maintain the components listed in idle condition for half an hour. DELIVERY Delivery shall be made to and installation and on-site training shall take place at NIST, 100 Bureau Drive, Building 221, Gaithersburg, MD. Delivery, installation, training and successful demonstration of all required specifications must be completed not later than 12 months after date of contract award. Delivery terms shall be FOB Destination. 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 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. FINAL ACCEPTANCE NIST will accept the system, and provide payment upon successful completion of delivery, installation, training and demonstration of all required specifications. Payment terms shall be Net 30 Days. INSTRUCTIONS: 1. Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. 2. Site Visit A SITE VISIT shall take place on Monday, May 24, 2010, at 10:00 am Eastern Time. The site visit shall begin promptly at 10:00 am. Attendees must be on-site by 10:00 AM. Attendees shall convene in the lobby of Building 221 at NIST, 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow offerors an opportunity to view the space where the instrument will be housed. Potential offerors are strongly encouraged to attend site visit. In no event shall failure to inspect the instrument constitute grounds for a claim after contract award. To better facilitate the site visit, it is required that all technical questions be submitted in writing to Carol A. Wood, Contract Specialist, via e-mail or fax no later than 3:00 pm Eastern Time on Thursday, May 20, 2010. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. Offerors are advised that the terms and conditions of the RFQ remain the same unless changed by amendment. Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Carol Wood, at carol.wood@nist.gov, not later than 3:00 pm on Thursday, May 20, 2010, with the following information: 1) Company name 2) Names of all individuals attending the site visit 3) Country of Citizenship of all individuals attending the site visit* *For non-US Citizens, the following additional information will be required: 1) Title 2) Employer/Sponsor 3) Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each offeror to register for the site visit. Offerors must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive). Please ensure all individuals bring photo identification or they will be denied access to the facility. 3. Due Date for Quotations Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:30 PM Eastern Time on Thursday, June 3, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at carol.wood@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Carol Wood. Offerors who choose to forward an original quotation must send an original and four copies of the technical and price quotations to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors must ensure the RFQ number is visible on the outermost packaging. If the quotation is submitted electronically, additional copies are not required. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. 4. Addendum to FAR 52.212-1, Quotation Preparation Instructions a) Price Quotation: The offeror shall submit a complete price schedule. The price quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed, FOB Destination pricing for each line item. Price quotations shall remain valid for a period of 90 days from the date quotations are due. b) Technical Quotation: (i) For the evaluation of Technical Capability, the offeror shall submit: (1) A list of all proposed components to include the manufacturer, make, model number, part number, and quantity of each component; (2) Technical description, product literature, documentation and/or performance statistics for all components. The submissions must clearly identify the manufacturer, make, model, part number, manufacturer’s technical notes, and publications. The offeror must demonstrate that the proposed equipment meets or exceeds all of the required specifications. Documentation and/or performance statistics must demonstrate the ability of the proposed component to meet or exceed the required specifications. Documentation must be resultant of research or tests performed on the identical instrument model being proposed by the Contractor and/or predecessor versions of the proposed instrument. (3) The offeror shall complete and submit a line-by-line response to each required specification which includes a citation to the relevant section of the technical description, product literature, documentation and/or performance statistics. The citation must clearly demonstrate that the required specification is met; (4) If commercial components must be modified to meet the required specifications, the modifications must be described in sufficient detail so that the resultant performance specifications are clear, logical, and unambiguous; (5) If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the components in the quotation must be included. (ii) For the evaluation of Experience, the offeror shall submit: Documentation of their experience building, delivering and installing cluster-based MBE systems, and documentation of three MBE systems that have been manufactured, delivered and installed. Documentation of the three systems must include the make and model number of the equipment provided and/or a summary of the performance specifications under which the system operates. (iii) For the evaluation of Past Performance, the offeror shall submit: Past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The Government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4. Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 5. Acceptance of Terms and Conditions This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. 6. The country of origin for all proposed components. 7. Representations and Certifications If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS. 8. Small Business Sub-Contracting Plan In accordance with FAR 52.219-9 entitled “Small, Small Disadvantaged and Women Owned Small Business Subcontracting Plan”, a subcontracting plan for this acquisition in accordance with the format suggested in Attachment I. 9. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assisting the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) Technical Capability; 2) Experience, 3) Past Performance; and 4) Price. All non-price factors, when combined, are approximately equal in importance to price. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered for award. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. NIST will give stronger consideration to offerors whose proposed equipment exceeds the minimum requirements identified under the following specifications: i. Component 1, MBE A, Specification 5(v); ii. Component 1, MBE A, Specification 5(xxi); iii. Component 1, MBE A, Specification 5(xxii); iv. Component 1, MBE A, Specification 5(xxvi); v. Component 3, Loading Chamber, Specification iv; vi. Component 5, MBE B, Specification vi. Experience: NIST will evaluate the extent of the offeror’s experience building, delivering, and installing automated cluster based MBE systems. The Contractor must demonstrate that they have manufactured, delivered and installed a minimum of three (3) such systems. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST may evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate offers for award purposes by adding the total of all contract line item (CLIN) prices, including all options, and determine whether that total is a fair and reasonable overall price to the Government. (b) "Options." The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment I. Provisions *52.212-1, Instructions to Offerors-Commercial Items *52.212-3 Offeror Representations and Certifications-Commercial Items *52.217-5 Evaluation of Options Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses *52.204-7 Central Contractor Registration *52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (MAY 2009)--ALTERNATE II (MAY 2009)—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government *52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 *52.204-11, American Recovery and Reinvestment Act--Reporting Requirements 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.217-7 Option for Increased Quantity-Separately Priced Line Item; *52.237-2 Protection of Government Buildings, Equipment, and Vegetation *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer’s Authority *1352.201-72 Contracting Officer Representative (COR) *1352.209-73 Compliance with the Laws NIST Local Clause 04 Billing Instructions 1352.233-70 Agency Protests (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: TODD HILL, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: ROBERT JIMENEZ 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 LIST OF ATTACHMENTS Attachment I – Subcontracting Plan – Proposed Format and Full Text of Applicable Clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0256/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02143109-W 20100508/100506235704-d0cffdcaae1395c50c4ebcb2add21e36 (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.