Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
MODIFICATION

66 -- Desktop Atmospheric Rapid Therman Processing System

Notice Date
5/27/2011
 
Notice Type
Modification/Amendment
 
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
NB735030-11-02153
 
Archive Date
6/11/2011
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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 WRITTEN SOLICITATION DOCUMENT SHALL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. **This is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, Desktop Atmospheric Rapid Thermal Processing System, AccuThermo AW 410 or EQUAL The Contractor shall meet or exceed the following Salient Characteristics: 1. Temperature range from 100degrees C to 750 degrees C with +/- 1degree C accuracy. 2. Thermocouple temperature sensor with T shape quartz for up to 750 degree C. 3. Temperature range from 600 degree C to 1250 degree C with +/- 1 degree C accuracy. 4. Extended Range Pyrometer (ERP) temperature sensor from 600 degree C to 1250 degree C, with chiller for appropriate operation. 5. Calibration wafer with K type thermocouple for Pyrometer calibration. 6. Calibration temperature meter for Pyrometer calibration. 7. Steady state process time 0 to 3000 sec programmable. 8. Temperature ramp-up speed: 1 degree C to 100 degree C /sec for wafer, Programmable 9. Temperature ramp-down speed 1degree C - 100 degree C/sec for wafer. 10. Wafer size 2" to 4" diameter. 11. Single wafer process. 12. Multiple cycle processing capability. 13. Hardware watch dog timer to eliminate damage to the instrument in case of computer controller failure. 14. Easy access to control software for programming and trouble shooting. 15. Control PC with minimum of 17" size LCD monitor, standard keyboard and mouse. 16. Nitrogen (N2) gas line with 10 Standard Liter per Minute (SLM) capacity and Mass Flow Controller (MFC), without Shut-off valve inside the frame. 17. Power supply, three phase AC 208 V 60Hz. 18. Bottom and top heating with radiation heating lamp module. 19. Minimum of twenty five spare halogen lamps. 20. One spare quartz tray for two to five inch wafers. 21. Digital to Analog (D/A) converter precision minimum of 16 bits, and Analog to Digital (A/D) converter precision minimum of 14 bits. 22. Physical dimensions shall not to exceed 20" Width x 19" Depth x 12" Height. 23. Weight shall not to exceed 50 kg.. Delivery terms shall be FOB Destination. Delivery shall be within four weeks after the award of the purchase order. Crating and shipping shall be included Warranty: Shall include a twelve months non-consumable parts warranty, upon return of original equipment to the manufacturer. Evaluation will be based on the following criteria: 1) Technical capability factor "meeting or exceeding the requirement" and 2) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Price: Price shall be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must 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. The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-6 Small Business Set-Aside 52.219-28 Post-Award Small Business Program Re-Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-1 Buy America Act 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that shall include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "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) Please note that 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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. All quotes shall be received not later than 3:00PM local time, on May 24, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Prateema Carvajal. Quoters must submit all questions concerning this solicitation in writing to Prateema.carvajal@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation. 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 on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4390. E-mail quotes ARE acceptable. Fax quotes shall NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB735030-11-02153/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02459280-W 20110529/110527234421-766934d9d0db84dd76620166d335c485 (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.