Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1997 PSA#1783

Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197

J -- REFURBISHMENT OF EXISTING EMCORE ORGANOMETALLIC VAPOR PHASE EPITAXY (OMVPE) SEMICONDUCTOR GROWTH SYSTEM SOL DAAL01-97-R-9703 DUE 022897 POC Mark Lohrmann, Contract Specialist, (301) 394-1349, Louise R. Mudd, Contracting Officer, (301) 394-1365. This 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is DAAL01-97-R-9703. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The associated standard industrial classification code (SIC) is 3825. The small business size standard is 500 employees. The following is a list of contract line item numbers and items, quantities and units of measure. CLIN 0001 -- Refurbishment of Existing Emcore Organometallic Vapor Phase Epitaxy (OMVPE) Semiconductor growth system, 1 ea. The contractor must remove the present growth chamber and replace it with a new one that is compatible with the present Emcore OMVPE semiconductor growth system currently located in room 4D-120 in the Myer center at ARL, Ft. Monmouth. The contractor must refurbish the existing Emcore OMVPE semiconductor growth system to meet the functional requirements listed below: a. Replace the water cooled growth chamber. The chamber shall have a high vacuum load lock and shall have the ability to operate at below atmospheric pressure without any backstreaming. b. Supply the associated gas handling system that shall have one TMGa alkyl manifold, space available for 4 additional alkyl manifolds, 1 NH3 hydride manifold, space available for 2 additional hydride manifolds, and 2 fast switching reactant injection manifolds. c. Supply the electronic control system upgrade that shall include a programmable logic controller, microprocessor unit upgrade, program for the microprocessor, software upgrade, and control modules. d. Provide a spare parts package that includes a maintenance kit. e. The contractor shall provide installation, training and engineering. f. The contractor shall demonstrate the proper functioning of the refurbished reactor by demonstrating its ability to grow GaN films on (0001) sapphire substrates with the following growth parameters and film chaaracteristics: (1) Growth rates as high as 3 um/hr will be obtainable at 1050C. (2) The film will have a specular surface. (3) The thickness uniformity of the film over a 3 inch diameter substrate will be <4% excluding the outer 5 mm next to the perimeter. (4) The n-type doping of the film will be controlled within a range of 5 x 10 17 cm -3. (5) The background doping of the film will be <4 x 10 17 cm -3. (6) The electron mobility at room temperature will be >150 cm 2/V.s. Delivery is required by 01 March 1998. Delivery and acceptance points to be determined, shall be within a 25-mile radius of ARL, Adelphi, MD. The FOB point is destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda have been attachedto this provision: 52.211-14, 52.215-16, 52.216-1, 52.233-3. The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Documented ability of contractor to meet the above government requirements. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda have been attached to this clause 252.223-7006, 252.225-7001, 252.232-7006, 252.225-7012, 252.225-7014, 225.225-7036, 252.233-7000, 52.203-3, 52.211-15, 52.215-42, 52.215-43, 52.225-11, 52.232-16, 52.232-17, 52.237-2, 52.242-12, 52.242-13, 52.242-15, and 52.247-34. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-36, 52.222-35 and 52.222-37. The following additional contract requirement(s) or terms and conditions apply: the contractor shall provide a standard industry one year warranty. The local clause 52.048-4400 Acquisition Reform Incentives (Jul 1996) is applicable. The following Commerce Business Daily numbered notes are applicable: Number 22 -- The proposed contract action is for supplies or services for which Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The proposed sole source contractor is Emcore Corp. Somerset, NJ. Interested persons may identify their interest and capability to respond to the requirement by identifying themselves and give written notification to the contracting officer, and provide supporting evidence to the contracting officer within fifteen (15) calendar date after date of publication of this synopsis. The final determination by the Government not to open this requirement to competition, based on any information provided, is solely within the discretion of the Government. This notice of intent is not a request for competitive proposals. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO. Offers are due on 12 March 1997, by 2:00 pm, at ARL, 2800 Powder Mill Rd Adelphi, Md 20783. For information regarding this solicitation, please contact Mark Lohrmann on (301) 394-1349. All responsible sources may submit a bid or proposal which will be considered by the Agency. No telephone requests will be honored. (0042)

Loren Data Corp. http://www.ld.com (SYN# 0057 19970214\J-0003.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page