SOLICITATION NOTICE
36 -- Wafer Spinners
- Notice Date
- 6/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBBL0110A005-CSS
- Archive Date
- 7/29/2010
- Point of Contact
- Laura A. Burnette, Phone: 937-522-4581
- E-Mail Address
-
laura.burnette@wpafb.af.mil
(laura.burnette@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is F4FBBL0110A005 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, 16 June 2010. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 334413. Size standard is 500 employees. This RFQ has two Contract Line Items: CLIN 0001: Wafer Spin Coater Flange Mount (Qty. 2) CLIN 0002: Wafer Spin Spray Developer (Qty. 1) Contractors shall provide quotes for these items in accordance with the requirements listed below: Requirements 1. The pieces of wafer are as small as 1 cm² and full wafers are required to be coated with photo resist and developed. These coatings are as thin as 500Å and are used to define geometries as small as 8nm. The spinners also need to be able to be installed into a solvent bench with full exhaust to remove all hazardous fumes. These requirements can only be met by having spinners which shall meet the following specifications: 1. In deck flange mountable (flush mounted) 2. Stainless cabinet 3. Teflon bowl design for chemical resistant environment 4. PC controlled for remote access and control 5. Indirect drive system 6. Capable of 1 cm² pieces up to 200mm round substrates 7. Spin Speed Repeatability: <0.2RPM 8. Spin Speed Resolution: <0.2 RPM 9. Spin Speed Acceleration: 30,000 RPM/SEC Unloaded, 0- 23,000 RPM/SEC 200mm Loaded 10. Spin Speed up to 12,000 RPM 11. Manual wafer centering capability 12. USB/Ethernet port for downloading/uploading programs 13. Greater than 50 separate recipes with greater than 10 steps 14. Closed Bowl Design for the solvent spinner 15. Four developer and two DI rinse dispenser for the developer spinner Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone; 2) Point of contact's name, phone, and email; 3) Quotation number & date; 4) Item price 5) Total price; 6) Shipping; 7) Applicable discounts; 8) Payment terms; 9) Timeframe that the quote is valid; 9) Delivery Schedule; and 10) Warranty Information (if applicable). Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price technically acceptable will be awarded the order. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference [the fill in portion of this clause is: http://farsite.hill.af.mil] The following clauses are incorporated by reference and apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The clauses that are check marked as being applicable to this purchase are: - FAR 52.219-28, Post Award Small Business Program Representation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies - FAR 52.222-21 Prohibition of Segregated Facilities - FAR 52.222-26 Equal Opportunity - FAR 52.222-36 Affirmative Action for Workers with Disabilities - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.252-2, Clauses Incorporated by Reference [the fill in portion of this clause is: http://farsite.hill.af.mil] DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payments Program - DFARS 252/225-7036. Buy American Act-Free Trade Agreements-Balance of Payments Program - DFARs 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7005, Identification of Expenditures in the United States DFARS 252.232-7010, Levies on Contract Payments DFARS 252.246-7000, Material Inspection and Receiving Report AFFARS 5352.201-9101, Ombudsman 88 CONS G-001, Wide Area Work Flow Electronic Invoicing Instructions 88 CONS H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 4:00 PM, Eastern Standard Time on 14 July 2010. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to laura.burnette@wpafb.af.mil or send requested information to: 88 CONS/PKAB Attn: Laura Burnette 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Laura Burnette at (937)522-4581 or laura.burnette@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBL0110A005-CSS/listing.html)
- Place of Performance
- Address: Wright-Patterson Air Force Base, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02190244-W 20100630/100628235244-22b8151b8a62c249f4dfa6f55570035d (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 |