Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
SOLICITATION NOTICE

66 -- ION BEAM SPUTTER / ETCHING SYSTEM

Notice Date
7/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38244
 
Response Due
8/6/2003
 
Archive Date
7/23/2004
 
Point of Contact
Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-0270, Email Marianne.Shelley@nasa.gov
 
E-Mail Address
Email your questions to Marianne Shelley
(Marianne.Shelley@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for an ion beam sputter/ etching system. The system has the following required specifications: 1.) Ability to perform ion beam sputtering and ion beam etching. 2.) Ability to perform etching and sputtering to a single sample without breaking vacuum. 3.) Ability to sputter multiple metals without breaking vacuum. 4.) Must have a high vacuum (10 ? 7 torr) base pressure. 5.) Must be able to deposit oxide free metal films, which requires the ability to sputter the target without sputtering onto the sample. 6.) Minimal sample heating must occur during sputtering, which requires sputtering energies less than 50eV. 7.) The sample must be able to be tilted and rotated during the sputtering. 8.) A quartz crystal thickness monitor is required. 9.) Deposition rates of 0.1 angstrom/sec are required. 10.) Samples of up to two (2) inches in diameter need to fit into the chamber with the capacity to increase that size to four (4) inches. 11.) Sample exchange should take approximately five minutes, but must not take longer than ten minutes. 12.) Must have a high vacuum gauge. 13.) Must be able to use a 110V/15A power outlet. 14.) System must fit on a counter top with a 20-inch height by 30-inch width by 25-inch depth. The provisions and clauses in the RFQ are those in effect through FAC 01-14. 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 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Ames Research Center is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 1:00 P.M. Pacific Time, August 6, 2003, and may be mailed or faxed to: NASA Ames Research Center, Acquisitions Division for Aeronautics, M/S 227-4, Building 227, room 119, Moffett Field, CA 94035-1000, Attn: Marianne Shelley, FAX: 650-604-0270. Quotations must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.204-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 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 All contractual and technical questions must be in writing (e-mail to Marianne.Shelley@nasa.gov or fax: 650-604-0270) not later than July 30, 2003. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: 1) Technical acceptability, 2) Delivery, 3) Past Performance, and 4) Cost. Quoters must provide two references of previous orders for the item quoted. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's critical requirements. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#106719)
 
Record
SN00380109-W 20030725/030723215500 (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  © 1994-2020, Loren Data Corp.