Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112

53 -- LASER WAFER SCRIBING SYSTEM SOL N66001-00-Q-1103 DUE 080300 POC Lisa A. Draves (619) 553-8477 and L. Joye Socha WEB: SPAWAR Business Opportunities Home Page, https://e-commerce.spawar.navy.mil. E-MAIL: Contract Specialist: Lisa A. Draves and Contracting, ldraves@spawar.navy.mil. 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; quotations are hereby being requested and a written solicitation will not be issued. This solicitation number N66001-00-Q-1103 is being issued as a Request for Quotations (RFQ). The award resulting from this RFQ will be a Firm Fixed Price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Pursuant to the authority of FAR 13.5, this acquisition will be conducted using Simplified Acquisition Procedures. The SIC code for this acquisition is 3699 (750 employees). This procurement is a small business set-aside. TECHNICAL REQUIREMENTS: Space and Naval Warfare Systems Center -- San Diego (SPAWARSYSCEN SAN DIEGO) is seeking to procure one (1) laser wafer scribing system. Specifications for this system include the following: must be compliant with better than 100 class cleanroom environment used for Silicon CMOS LSI IC fabrication; must be a Commercial Off-The-Shelf model that is presently operating in other silicon IC fabrication facilities; must scribe 150mm silicon wafers and be upgradable to 200mm wafers; must scribe wafers with SEMI OCR and dot matrix fonts; must use automatic wafer handling from standard processing cassette; must meet SEMI M12-92 specification for positional accuracy; must scribe to depth of up to 2.5 microns; must have a throughput of no less than 80 wafers per hour with 20 characters; must have an equipment foot print no larger than 36 inches in either dimension; must be no taller than 72 inches; must require no external cooling; must use DOS 6.22 or MS Windows 3.1 or greater operating system in operator software; must include computer with SVGA monitor for operator interface; must require no more than 20 inches of Hg @ 5 SCFM; must work on 200-240V single phase, no more than 20 amps; must include on site installation and training and include operator and maintenance manuals; and must include a one year warranty. DELIVERABLES: Deliveries must be F.O.B. Destination to: Receiving Officer, Code D242, SPAWARSYSCEN SAN DIEGO, 53560 Hull Street, San Diego, CA 92152-5410, M/F Code D876. Delivery of these items is required by 00 OCT 15. The FAR provision at 52.212-1, Instruction to Offerors -- Commercial, applies to this acquisition. While price will be a significant factor in the evaluation of quotations, award will be based on responsive, responsible, technically acceptable offer(s) received in response to this CBD advertisement. Quoters shall provide, in addition to a quotation, a completed copy of the FAR provision at 52.212-3 (FEB 2000) and the DFARS provision at DFARS 252.212-7000 (NOV 1995), Offeror's Representations and Certifications -- Commercial Items, with their quote. The website to access the FAR and DFAR is http://www.arnet.gov/far and http://www.acq.osd.mil. Also applicable to this acquisition are FAR clauses at 52.212-4 Contract Terms and Conditions -- Commercial Items (MAR 1999), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (FEB 2000); and the DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 1999). The following FAR and DFARS clauses also apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (OCT 1999); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (FEB 1999); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998); 52.222-37, Employment Reports on SpecialDisabled Veterans and Veterans of the Vietnam Era (JAN 1999); 252.212-7000, Offeror Representations and Certifications -- Commercial Items (SEP 1995); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or; Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 1999); 252.204-7004, Required Central Contractor Registration (MAR 1998); and 252.225-7001, Buy American Act and Balance of Payment Program (MAR 1998). Quotations are due by 2:00 p.m. PST on 00 AUG 03 at SPAWARSYSCEN SAN DIEGO Topside, Building A33, Room 0061, 53560 Hull Street, San Diego, CA 92152 and can be faxed to (619) 553-9507 (please call to confirm fax). For information regarding this RFQ contact Lisa A. Draves at (619) 553-8477 or ldraves@spawar.navy.mil. Posted 07/17/00 (W-SN475493). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0262 20000719\53-0003.SOL)

53 - Hardware and Abrasives Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com