Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13, 2001 PSA #2806
SOLICITATIONS

66 -- CV CHARACTERIZATION SYSTEM

Notice Date
March 9, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
RFQ3-171168
Response Due
March 23, 2001
Point of Contact
Jon C. Schultz, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Jon.C.Schultz@grc.nasa.gov
E-Mail Address
Jon C. Schultz (Jon.C.Schultz@grc.nasa.gov)
Description
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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Requirement is for 1 ea. CV Characterization system complete with control software and computer including training as outlined in the following specifications: System shall include a central Windows NT based work station with 2 SMUs ( Source-Measure Units) and expansion slots for up to 6 additional SMUs . The base workstation shall include a 12 in. (diag.) display, external SVGA monitor connection, and RS-232, GPIB, and Ethernet ports, a 30 GB Hard drive, Keyboard with pointing device. The included SMUs shall have capability as follows: SMU 1 : 12 current ranges for sourcing and measuring from 1 pA full scale to 100mA full scale; Resolution: 100 aA to 100 nA measuring and 1.5 fA to 5 uA sourcing; 4 Voltage ranges, from 200 mV to 200 V sourcing and measuring; Resolution: 1 uV to 200uV measuring and 5 uV to 5 mV sourcing; Maximum output: 21 V at 100 mA range, 210 V at 10 mA range. All inputs and outputs available via remote pre-Amplifier with 2 meter extension cable. SMU 2 : 7 current ranges for sourcing and measuring from 100 nA full scale to 100mA full scale; Resolution : 100 fA to 100 nA measuring and 5 pA to 5 uA sourcing; 4 Voltage ranges, from 200 mV to 200 V sourcing and measuring; Resolution : 1 uV to 200uV measuring and 5 uV to 5 mV sourcing; Maximum output 21 V at 100 mA range, 210 V at 10 mA range. ;Add-on slots to accommodate up to six additional SMUs, which shall have the same capabilities as SMU 1 or 2 or up to four of the six expansion slots shall accommodate SMU with similar capabilities as SMU 1 or 2 except with higher power capacity, up to 1 A at 21 Volts.; The main workstation shall operate both the SMUs installed in the main workstation (for IV measurements) and also external CV instruments installed in the system (for CV measurements). The CV instruments shall be capable of performing a simultaneous CV measurement, completing a Quasi-Static CV measurement and a High Frequency CV measurement in the same sweep. The Simultaneous CV measurements shall be able to conduct measurements at the following ranges and rates: Quasi-Static: 3 ranges, from 200 pF to 20 nF full scale with resolution from 10 fF to 1 pF, with voltage steps of 10, 20, 50 and 100mV at step times of 0.07 to 199.99 seconds. High Frequency: 1 MHz, 3ranges from 20 pF to 2 nF full scale with resolution from 100fF to 1 pF . Voltage steps as set by the Quasi-Static capability. 100kHz, 4 ranges from 2 pF to 2 nF full scale with Resolution from 0.1 fF to 100fF . Voltage steps as set by the Quasi-Static capability. An 8 x 12 low current matrix switch shall be included in the system to facilitate exclusive software controlled switching via remote GUI interfacing of the SMUs and CV instruments up to 12 pins of an external prober or fixture. The system shall be delivered with the two outputs of the CV instrumentation connected to 2 inputs of the matrix and 2 outputs from each SMU connected to 4 of the inputs of the matrix. The matrix switch shall have 2 pathways optimized for CV measurements and 2 pathways optimized for low currents (with offset current of 1 pA maximum and path isolation of greater than 10 terraohms). The matrix switch shall not be wired for remote sensing of either SMU, but the unused 2 pathways shall allow for the option to be wired in the future for remote sense operation of one of the SMUs.; Software: Included software shall provide a Windows NT operating system, and an interactive device characterization software as follows: Point-and-click configuration of the SMUs for IV tests.; Point-and click configuration of the CV instruments for the CV tests.; Multitasking operation to allow analysis while executing tests.; A user library tool kit for integrating custom algorithms into the interactive environment.; A configuration utility for defining the matrix switch pin outs.; Built-in excel style spread sheet with a wide range of data transformation equations for analysis.; Direct .xls file export.;A library of common IV and CV tests.; Factory supplied constants shall include, as a minimum, Pi, Q, K, to facilitate rapid calculation of CV analysis.; The CV analysis capability shall include extraction of : Oxide Thickness, Series Resistance, Flatband C and V,Threshold Voltage, Bulk Doping, Debye Length, Bulk Potential, Average Doping, Interface Trap Density, Effective Oxide Charge Density. ; Rack height: Total rack height including workstation with SMUs, CV instruments, and matrix switch not to exceed 41".; System Power: The system rack shall include a Master Power Control panel requiring only a single 115 VAC connection. Total power consumption for the system not to exceed 600 VA.; System shall be fully assembled and tested as a system. The test results shall be provided on a standard silicon MOS capacitor. The provisions and clauses in the RFQ are those in effect through FAC 97-21. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 335999 and 750 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to Glenn Research Center, Shipping/Receiving-Bldg. 21, 21000 Brookpark Road, Cleveland, Ohio 44135 is required within 45 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 local time, March 23,2001 and may be mailed or faxed to Glenn Research Center, Plum Brook Station, ATTN: Jon C. Schultz, 6100 Columbus Avenue, Sandusky, Ohio 44870, FAX: 419-621-3236 and include, solicitation number, FOB destination to Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135, 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference:52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 4:30 local time, March 19,2001. 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). Quoters 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 NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation . It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1 . Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html (NOTE: ADDRESS ALL COMMUNICATION TO THE POINT OF CONTACT, JON C. SCHULTZ, AT VOICE: 419-621-3370; FAX: 419-621-3236;EMAIL: JON.C.SCHULTZ@GRC.NASA.GOV )
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ3-171168)
Record
Loren Data Corp. 20010313/66SOL003.HTM (D-068 SN50F7M0)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on March 9, 2001 by Loren Data Corp. -- info@ld.com