|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- SPUTTERING SYSTEM SOL 1-161-DMF.5175 DUE 042198 POC Darlene
Baxter, Contract Specialist, Phone (757)-864-2472, Fax (757) 864-7709,
Email D.T.BAXTER@larc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-161-DMF.5175. E-MAIL: Darlene
Baxter, D.T.BAXTER@larc.nasa.gov. The Government intends to procure one
(1) Sputtering System for thin film sample preparation, surface
cleaning and coating. The system shall be a fully integrated single
turn key instrument controlled by a desktop computer using graphics
software. The system shall be equipped with a cryopump for rapid
achievement of working vacuum level, chambers and lines made of
stainless steel, two sputtering guns, built-in chamber heaters for
system bake-out, and devised for chamber pressure control. The system
shall contain a main chamber, sample stage, sputter guns, magnetron
power supplies; vacuum system, main control system, and other systems
as described below. The main chamber shall be constructed with
stainless steel and electropolished for high vacuum performance; be
configured as a cylinder with its outer diameter and height no less
than 60 cm and 50 cm, respectively; be equipped with an access port
with its size no less than that of a circle with its diameter 25 cm; be
equipped with a removable liner thancan be lifted for cleaning; be
capable of reaching the vacuum level of ten to the minus 8 torr with
baking and ten to the minus 7 torr without baking; and be equipped with
electropneumatic shutters for the sputter sources. The system shall
contain a sample stage that can be rotated in a remote control mode; be
able to hold ample no less than 10 cm in diameter; be configured for a
co-sputtering geometry; be cooled down to -90 degrees celcius and be
able to maintain the sample at this temperature during the operation of
the system; be heated to 200 degress celcius and be able to maintain
the sample at this temperature during the operation of the system; and
be able to permit switching of radio frequency (RF) and direct current
(DC) power supplies between various sources and the sample stage. There
shall be two sputter guns and these guns shall be installed in the
system. The magnetron power supplies shall both be DC and alternating
current power supplies; provide a means of electrical switching to
power one magnetron with one mode (either DC or RF) and the other
magnetron with another mode; and both DC and AC power supplies shall be
rated no less than 1 kW and 600 W, respectively. The vacuum system
shall be capable of obtaining and sustaining the vacuum level of ten to
the minus 8 torr with baking and ten to the minus 7 torr without
baking; and the main high vacuum shall be accomplished by a cryopump
which is backed by a mechanical pump which is equipped with a foreline
trap and air inlet valve to prevent oil back streaming. The Main
Control System shall provide the capabilities of both manual and
automated control such that the operator can select any one mode of
operation at a given time. The system shall control, monitor and
indicate all the normal operations of a modern sputtering system such
as controls of pumps, pressure regulation, valve positions, actuator
operation, power supplies, gas flow, film growth rate and interlock.
The system shall also provide the capabilities of programming recipes
for film growing and storing unlimited number of these recipes.
Additionally, the system shall be equipped with appropriate ports for
gas inlet, cooling water manifold, a means of accurate rating
monitoring, transfer arms, transfer jaws and viewport to ensure safe
and precise thin film growth operations. The system shall be installed
at the NASA/Langley Research Facility within three (3) days after its
required delivery date. The offer shall provide two (2) days of user
training, and two (2) sets of detailed operation and maintenance
manuals. This notice 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; offers are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the authority of FAR Subpart 13.5,
Test Program for Certain Commercial Items. The provisions and clauses
in the RFO are those in effect through FAC 97-03. This procurement is
a total small business set-aside. See Note 1. The SIC code and the
small business size standard for this procurement are 3823 and 500,
respectively. The offerors shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a offer which shall be considered by the agency. Delivery to
NASA Langley Research Center is required within 120 days ARO. Delivery
shall be FOB Destination. The DPAS rating for this procurement is
DO-C9. Offers for the items(s) described above may be mailed or faxed
to the identified point of contact [or bid distribution office), by the
date/time specified and include, solicitation number, FOB destination
to this Center, proposed delivery schedule, discount/payment terms,
warranty duration (if applicable), taxpayer identification number
(TIN), identification of any special commercial terms, and be signed by
an authorized company representative. Award will be made on a SF 1449.
Offerors shall use the Standard Form 1449, Solicitation/Contract/Order
for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. Addenda to FAR 52.212-1 are as follows:Quoters shall provide
the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are
as follows: 52.204-6 CONTRACTOR IDENTIFICATION NUMBER-DATA UNIVERSAL
NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996); 52.214-34 SUBMISSION OF
OFFEROS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35 SUBMISSION OF
OFFERS IN U.S. CURRENCY (APR 1991); 52.233-2, SERVICE OF PROTECT (AUG
1996); 52.252-3 ALTERATIONS IN SOLICITATION (APR 1991); 52.252-5
AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984). If the end product(s)
quoted is other than domestic end product(s) as defined in the clause
entitled 52.225-21 "Buy American Act -- Supplies," the quoter shall so
state and shall list the country of origin in the representations and
certifications.. The Representations and Certifications required by
FAR 52.2l2-3 may be obtained via the internet at
URL:http://nasa.nasa.gov/msfc/pub/reps_certs/sat/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.227-14 RIGHTS IN
DATA-GENERAL AS MODIFIED BY NFS 1852.227-14 (JUN 1987)); 52.232-33
MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENTS (AUG
1996); 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS (DEC
1989)(DEVIATION (JUL 1995); 52.247-34 F.O.B. DESTINATION (NOV 1991);
1852.215-84 OMBUDSMAN (OCT 1996); 1852.219-76 NASA 8 PERCENT GOAL (JUL
1997). FAR 52.212-5 is applicable and the following identified clauses
are incorporated by reference. 52.203-6 RESTRICTIONS ON SUBCONTRACTOR
SALES TO THE GOVERNMENT (JUL 1995)ALTERNATE I; 52.203-10 PRICE OR FEE
ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997); 52.219-8
UTILIZATION OF SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL
BUSINESS CONCERNS (JUN 1997); 52.222-26 EQUAL OPPORTUNITY (APR 1984);
52.222-35 AFFIRMATIV ACTION FOR SPECIAL DISABLED AND VIETNAM ERA
VETERANS ((APR 1984); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED
WORKERS (APR 1984); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED
VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988); 52.225-18 EUROPEAN
UNION SANCTION FOR END PRODUCTS (JAN 1996); 52.225-21 BUY AMERICAN
ACT-NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT-BALANCE OF
PAYMENTS PROGRAM (JAN 1997). Questions regarding this acquisition must
be submitted in writing no later than 4/10/98. Offers are due by
04/21/98, 4:00 p.m. eastern time to the address specified above and to
the attention of Mail Stop 144/Darlene T. Baxter, the Bid Depository.
Facsimile offers are also acceptable. The facsimile phone number is
757-864-7709. However the Government is not responsible for errors in
transmission and it is the offeror s responsibility to confirm that
their offer is submitted in its entirety before the closing date of
this procurement. Selection and award will be in accordance with FAR
52.212-2, EVALUATION-COMMERCIAL ITEMS (OCT 1997) and as follows: Award
will be based upon overall best value to the Government, with
consideration given to the factors of proposed technical merits, price
and past performance; other critical requirements (i.e., delivery) if
so stated in the RFQ will also be considered. Unless otherwise stated
in the solicitation, for selection purposes, technical, price and past
performance are essentially equal in importance. It is critical that
offerors provide adequate detail to allow evaluation of their offer
(see FAR 52.212-1(b). Offerors must provide copies of the provision at
52.212-3, Offeror Representation and Certifications -- Commercial
Items with their quote. See above for where to obtain copies of the
form via the Internet. An ombudsman has been appointed -- See Internet
Note "B". It is the offeror's responsibility to monitor this site for
the release of amendments (if any). Potential offerors will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any);
http://nais.nasa.gov/EPS/LaRC/date.html#1-161-DMF.5175. (0090) Loren Data Corp. http://www.ld.com (SYN# 0349 19980402\66-0016.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|