Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2003 FBO #0423
SOLICITATION NOTICE

66 -- Laser Ablation System

Notice Date
1/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-KK01
 
Response Due
2/27/2003
 
Archive Date
3/14/2003
 
Point of Contact
Kevin King, Contract Specialist, Phone 202-767-1495, Fax 202-767-5896, - Wayne Carrington, Contracting Officer, Phone 202-767-0393, Fax 202-767-5896,
 
E-Mail Address
king@contracts.nrl.navy.mil, carrington@contracts.nrl.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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, N00173-03-R-KK01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-11 and DFARS Change Notice 20021220. This is a full and open competitive procurement. The associated NAICS code is 334510 and the small business size standard is 500 employees. The Naval Research Laboratory (NRL) has a requirement to modify an existing Lambda Physik LPX 210 eximer laser operating at 193 nm to produce a laser micromachining system for laser ablation of plastics. NRL intends to fabricate components for microfluidics, Micro and ElectroMechanical Systems (MEMS), and other microscale projects. The micromachining system should be user friendly (suitable for use by multiple individuals with no prior experience in laser ablation), translate computer aided design drawings into directions for controlling the laser output, be capable of making features in plastic with micron dimensions, and include a monitoring camera for visualizing the process in real time. The proposal should include installation of the micromachining system at NRL, Washington, D.C., training for a maximum of 5 users at NRL for a maximum of two days and user support (hot line for trouble shooting, availability of ongoing service and repair). The laser ablation system must meet or exceed the following specifications: 1. Purge for Gas Debris control 2. Beam steering optics must allow the laser to maintain the option for current use for mask illumination. 3. UV delivery optics including high reflectivity UV mirrors and high quality, fused SiO2 lenses and 10-15x objective 4. Viewing system for visual process monitoring including 650 nm monochromatic illumination, a CCD camera, parfocal correction optics, and an LCD flat panel monitor 5. Motion system with 100x100 mm X-Y scanning table and rotary encoders with a resolution of 0.5 microns and repeatability of 2 microns and Z-axis motor driven stage 6. A goniometer for substrate positioning with 90 mm transverse axis radius, plus or minus 10 arc-second accuracy, and software-controlled motion. 7. Capability for laser pulse syncronization with motion system 8. Computer and software for motion control capability, 4-axis integrated motion control capability, G-code programming and execution, import of .dxf files and conversion to G-code, on screen interactive process video and inspection and measurement tools. 9. The contractor shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. These warranty terms must be included in the system price. The period of the warranty shall begin upon acceptance. 10. A full set of all written documentation customarily provided to the public with a commercial item shall be provided. This shall include users manual(s) or equivalent as well as copies of any software, and any manuals for the software included with the system, if customarily provided. This documentation must be received at NRL with the system hardware, unless other arrangements are agreed to by the NRL representative. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 120 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-3, FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-13, FAR 52.225-15, FAR 52.232-33, FAR 52.247-64. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFARS 252.225-7012, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.243-7002, DFARS 252.247-7023, DFARS 252.247-7024. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004. All EIT supplies and services provided must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and 2 copies of the offeror's proposal shall be received on or before 4:00 P.M. local time February 27, 2003 at the Naval Research Laboratory, Attn: Contracting Officer, Code 3220.KK Bldg. 222, Room 115, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/N00173/N00173-03-R-KK01/listing.html)
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00247697-F 20030129/030127215949 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.