|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1997 PSA#1864National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- X-RAY REFLECTIVITY SYSTEM SOL 52SBNB7C1207 DUE 062797 POC Keith
Kennedy, (301) 975-6325, Contracting Officer, Lisa Jandovitz, (301)
975-6344 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. This 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. Furthermore, the Contracting Officer
will employ the test program for certain commercial items specified in
FAR Subpart 13.6. Offerors should submit three original copies to the
above address no later than 3:00 p.m. on the date above specified. The
National Institute of Standards and Technology (NIST) intends to
acquire one x-ray reflectivity system to perform high resolution x-ray
reflectivity experiments that can determine the coefficient of thermal
expansion (CTE) of thin films up to 10-3mm thick. CTE is one of the
most important properties of materials used in the semiconductor
industries. For the multilayer structures in ultra-large scale
integrated circuit (ULSI) devices, a mismatch in CTE between adjacent
layers often results in thermal stress which can cause debonding. The
layer thickness in today's ULSI devices is in the range of 10-3mm and
there is an urgent need to develop a high precision technique to
measure CTE of films in this thickness range. An X-ray reflectometer
with the specified optics will meet this need. In addition, this
reflectometer is needed to further the development of techniques for
thin-film density and surface micro-roughness determination. The system
shall contain the following components and shall meet or exceed the
given specifications. The contractor shall provide system brochures as
well as information as specifically requested. The system shall
completely house electronics, generator, and goniometer in a single
unit. ITEM 01 -- one each. I. Enclosure: A.The enclosure shall provide
full radiation protection with metal construction, lead-glass window,
and x-ray warning light(s). B. The enclosure shall provide front
access door(s) with the following characteristics: 1. safety
interlocked to tube shutter. 2. safety interlocked to x-ray generator.
3. If opened during data collection, shutter closes without powering
down generator. 4. Closing door re-enables system without additional
action. C. Side panels shall be removable. II. X-Ray Generator: A. The
generator shall be compatible with an existing water to water heat
exchanger by Haskris Co. (Model WW635, Serial No. A3475, 100 GPHr at 60
psi). B. The generator shall have: 1. diagnostic outputs, indicating
the source of malfunction. 2. operation time counter. C. Equipment
shall meet the following specifications. 1. Power rating of 3.0 kW or
above. 2. Minimum voltage range of 20-55 kV. 3. Minimum tube current
range of 5-60 mA. 4. Stability of tube voltage and current is +0.01% or
better, for a +10% line voltage fluctuation. III. X-Ray Tube: A.X-ray
tube shall be a 1.5 kW or higher power Cu tube with a 0.4 x 12mmor
smaller focus spot and 4 beryllium windows. B. Other anode materials:
e.g. Cr, Fe, Co, Mo, Ag and W shall be available for replacing the Cu
tube. IV. Goniometer: The goniometer shall have the following
characteristics: A. Theta-2theta geometry with a vertical sample state.
The working space at the center shall accommodate a cylinder of 6.5
inches radius and 7 inches height. This cylinder must be able to rotate
from -2.0 to 30 unhindered neither by the tube with monochromator
attached nor by the detector with the monochromator in place. B.
Independent motor operation of the theta and the 2theta circles Each
circle shall be directly coupled with an angular encoder with a
resolution of +0.0001 or better and driven by a DC motor with close
loop servo control. Within the angular range of -2.0 to 80 the
linearity of each cycle shall be +0.0025 or better. C. Computer or
manual control of both circles: 1. Permits manual positioning of
goniometer. 2. Provides absolute angular position of each circle. D.
Computer-aided alignment of the sample and the detector axes. E. Axis
specifications: 1. Angular range ofeach axis shall be from -2.0 to 80.0
or beyond. 2. Minimum selectable step size per drive shall be 0.0005 or
less. V. Beam Path Optics: A. Shall include prealigned monochromators
on both the incident and the detector sides of the beam path. The
angular divergence of the monochromators shall be 12 arcseconds or
better. The / of the incident beam monochromator shall be 1.3x10-4 or
better. B. The above mentioned monochromators shall be interchangeable
with slits without requiring any further alignment. C. A set of
alignment hardware and software shall be included such that the
incident beam can be aligned within 10 m of the center line of the
goniometer circles. D. The interference fringes of 1 m thick films on
a flat substrate can be readily resolved using the optics and the
goniometer. NIST will provide a test sample upon request. VI. Detector
System: A. shall have count rate of 5 x 10 5 cps or higher with 95% or
above efficiency. B. shall have a dark current noise less than 0.5 cps.
VII. Computer System and Peripherals: A. system shall include
instrument interface board (microprocessor adapter board, MPA)
including the following: 1. Bi-directional, serial communication with
reflectometer. 2. On-board CPU and RAM. 3. Retains current data and
data collection parameters and hardware settings if host computer is
rebooted. VIII. Software: A. All software shall be PC-based. B. All
data collection and display software shall be included for on-site
demonstration of the above specification V.D. C. Data collection
software shall enable dynamic data storage in ASCII format. D. Software
shall include on-line help menu which includes the following: 1. All
operations shall be controlled and monitored in real time from a
monitor via mouse or keyboard. 2. Complete control of each axis of the
goniometer, beam shutter and other accessories. Reflectivity, rocking
and other scattering measurements shall be performed automatically. 3.
Computer-aided alignment of instrument. 4. Has foreground/background
data collection capability. a.Allows data evaluation and transmission
during data collection.b. Ability to interrupt or abort, and restart
data collection without loss of data. ITEM 02 -- one job. Installation:
Contractor shall complete all aspects of installation within 45 days
after the date of award. ITEM 03 -- 12 months. Labor and parts
warranty. ITEM 04 -- one each. Documentation: 1. Complete, printed
manuals and tutorials for all system software. Data file structure
shall be provided.2. Complete, printed manuals and schematics for
hardware. 3. Pre-installation guide detailing facility and
environmental considerations and requirements. 4. Details of warranty
coverage. ITEM 05 -- one job. Service: 1. The contractor shall provide
no less than 48 hours response time for all service calls. 2. The
contractor shall provide unlimited telephone assistance for life of
system. Delivery FOB destination Gaithersburg, MD, 45 days after
contract award. NIST will consider a proposal from all responsible
sources. This solicitation is issued as a request for proposals (RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 46. The following
Federal Acquisition Regulation (FAR) provisions and clauses apply to
this acquisition: 52.212-1, Instruction to Offerors-Commercial,
52.212-2, Evaluation-Commercial Items. NIST will use the following
factors to evaluate offers, in descending order of importance: 1.
Technical solution-whether the offeror provides sufficient information
to indicate understanding the requirements, comprehension in the
performance of the equipment, and intention to meet or exceed the
technical requirements. 2. Corporate experience-whether the offeror
demonstrates clear evidence of specific corporate experience
manufacturing x-ray diffraction systems and whether the offeror
demonstrates existence of an established product line and reputation in
the area of x-ray scattering. All evaluation factors other than price,
when combined, are significantlymore important than price. However, as
proposals become more equal in their technical merit, the evaluated
price becomes more important. The government intends to make an award
to one offeror whose proposal offers the greatest value to the
government in terms of the evaluation factors above specified and
price. Offerors shall include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications-Commercial Items,
with their offer. This provision is available on the Internet at
www.nist.gov/admin/od/contract/contract.htm. The clause at 52.212-4,
Contract Terms and Conditions-Commercial Items and the following
addendum apply to this acquisition: 52.203-3, Gratuities; 52.214-34,
Submission of Offers in English Language; 5 2.214-35, Submission of
Offers in U.S. Currency; 52.225-11, Restrictions on Certain Foreign
Purchases; 52.233-2, Service of Protests; 52.233-3, Protest After Award
; 52.247-34 F.o.b. Destination. The clause at 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items and these additional FAR clauses apply to this
acquisition: 52.203-6, Restrictions on Subcontractor Sales to the
Government, Alternate I; 52.203-10, Price or Fee Adjustment for Illegal
or Improper Activity; 52.219-08, Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies,
52.225-21, Buy American Act-North American Free Trade Agreement-
Implementation Act- Balance of Payments Program; NIST inserts the
provision, " DOC Agency Level Protest Procedures," found on the
Internet at www.nist.gov/admin/od/contract/contract.htm. NIST
contemplates award of a firm fixed- price contract as a result of this
solicitation. Interested parties may access full text for any above
listed clause on the Internet at http://www.gsa.gov/far/. (0160) Loren Data Corp. http://www.ld.com (SYN# 0247 19970611\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|