Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
MODIFICATION

66 -- HIGH VACUUM CARBON EVAPORATION SYSTEM

Notice Date
9/13/2004
 
Notice Type
Modification
 
NAICS
335991 — Carbon and Graphite Product Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ04070737Q
 
Response Due
10/14/2004
 
Archive Date
9/13/2005
 
Point of Contact
Seena K. Mathews, Contract Specialist, Phone (281) 483-4202, Fax (281) 483-4066, Email seena.k.mathews@nasa.gov - Charles A. Riley, Contracting Officer, Phone (281) 483-6280, Fax (281) 483-4173, Email charles.a.riley@nasa.gov
 
E-Mail Address
Seena K. Mathews
(seena.k.mathews@nasa.gov)
 
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. 4 TO THE COMBINED SYNOPSIS/RFQ FOR HIGH VACUUM CARBON EVAPORATION SYSTEM. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is to inform offerors of the change in the evaluation criteria’s that will be used to evaluate quotations, address questions, and to extend the due date for quotes. The following provision has been added: 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999) The government will award a contract resulting from this solicitation to the responsible vendor whose offer (1) meets all the requirements in the statement of work (SOW) and (2) presents the best combination of price and qualitative value to the government. The contract award will be decided through the use of a best value selection (BVS) process, which seeks to select the offer with the best combination of qualitative merit and price. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, the award will be made to the vendor with the lowest evaluated price (fixed-price contract). However, the government can choose to award to a vendor whose offer provides a higher qualitative merit provided the difference in price is commensurate with the added value. Conversely, the government will consider making the award to a vendor whose proposal has lower qualitative merit if the price (or cost) differential between it and the other proposals warrants doing so. The SOW serves as the government’s baseline requirements. Those offers determined to meet the baseline requirements will be judged against the value characteristics listed below. These establish what the government considers to be valuable in an offer in and beyond the baseline requirements. The value characteristics are performance based and permit selection of the offer that provides better results for a reasonable increase in price. The value characteristics combined are of equal importance to price or cost. Vendors should provide adequate information about how their offer meets the criteria in order to permit a proper evaluation. Best Value Characteristics: 1) Demonstrated performance: The vendor shall provide contact information for a minimum of three existing installations in university, corporate, or government facilities. 2) The vendor shall provide historical evidence of fabricating, selling and supporting the equipment outlined in the baseline proposal. 3) The vendor shall demonstrate the durability of products: This procurement will replace a unit that has been in operation for thirty years. 4) Ease of operation: Control of the proposed equipment shall be automated and have an easy to use user interface. 5) Ease of use and functionality of sample tilting and rotation requirement. 6) Availability of consumable carbon rods of sufficient quality relative to expense, as to provide excellent carbon coatings for high resolution transmission electron microscopy research. 7) Dry vacuum system: As outlined in the baseline, the system will have a dry scroll roughing pump and a turbo molecular pump. The vendor shall provide a description of the actual performance of these pumps and the degree to which the pumps would provide an oil-free coating environment is important. For example, would turbo molecular pump have sealed grease bearings or have magnetic levitation bearings? The following questions received from potential proposers are listed below with answers. Question 1: The solicitation states that a piezoelectric thickness monitor would be beneficial, but not essential. Should such hardware be quoted separately as an option, or should it be included in a proposal provided the offered system is compatible with such a device. Answer 1: Quote as an option. Question 2: The solicitation specifies a 'large chamber' compatible of handling a 20cm diameter sample. Is there any need to handle unusually 'thick' samples? For example would a 12" diameter by 14" tall bell jar system be acceptable? Answer 2: Unusually thick samples are not anticipated. Specific dimensions of the system can vary provided the system has proven performance for coating a 20 cm diameter wafer. Question 3: A dry vacuum system is specified in the solicitation. Is a truly dry vacuum system required, ie a maglev turbo - or would a grease lubricated turbo be acceptable? Answer 3: A maglev turbo-molecular pump is not required. A turbo molecular pump with specification similar to the Edwards EXT models is sufficient. E.G. -water cooling standard (forced air cooling available as an option) -lifetime lubricated ceramic bearings -oil-free operation -low vibration -mounting in any orientation (some versions; see below) -full stack turbomolecular (12 stage version) or short stack (8 stage version) operation The EXT series turbo pumps each have an inlet screen to prevent debris from falling into the pump, and a vent port part way up the rotor stack to ensure maximum cleanliness. Question 4 Would it be desirable to quote a closed cycle cryo trap in place of a LN2 trap? Answer 4: No. Question 5: Where is the LN2 trap going to be installed? Answer 5: The LN2 trap is expected to be placed in a position within the system for which the manufacturer has established a historically proven location for removal of out-gassing volatiles, thereby assisting the dynamic vacuum system with maintaining the optimal high vacuum conditions for carbon evaporation. Question 6: Why do you need LN2 trap with a Turbo molecular pump? Answer 6: It is a NASA requirement. Question 7: Detailed information on the rotation, speed and angle of tilt. Automated or manual operation? Answer 7: Rotation speed should be adjustable approximately in the range of 0.25 through 2 revolutions per second. The angle of tilt should extend from zero to at least forty-five degrees, as measured from horizontal (typical coating position). The process should be automated. Question 8: What is the film uniformity needed? Answer 8: The film should be suitable for high-resolution transmission electron microscopy and uniform in thickness and grain size over an area of up to 8-inch diameter. Question 9: Is there a specific rod design or diameter in mind? Answer 9: Rod designs that have proven evaporation performance within the proposed system, and which are easily obtainable from various vendors. Question 10: Do you wish to coat the entire surface of the 8" wafer or substrate with carbon? Answer 10: Yes. Question 11: Does this surface have to be tilted at different angles and then rotated at that angle? Answer 11: At eight inches sample diameter, no. For sample diameters of two inches and smaller, yes. Question 12: What is the application of this system? Answer 12: Application of the conductive carbon coatings is for high resolution field emission scanning and transmission electron microscopy, as well as electron microprobe analysis. Question 13: What is the sample type (200 mm wafer?) for mounting interfaces? Answer 13: Samples range from TEM grids, small millimeter sized samples on standard sem sample stubs, to one inch round glass slides to, large 200 mm wafers. The large 200mm wafers would not need tilting during rotation. Question 14: What is the required chamber size? Answer 14: The minimum required size is to accommodate samples and provide for uniform coatings. Question 15: What source is to substrate distance? Answer 15: As determined by historical systems with proven history of providing uniform coatings. NOTE: All contractual and technical questions must be in writing (e-mail or fax) to Seena Mathews not later than September 21, 2004. Telephone questions will not be accepted. The due date for receipt of offers is extended from September 14, 2004 to October 14, 2004, by 12:00 noon. Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on August 2, 2004. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/JSC/OPDC20220/NNJ04070737Q/listing.html)
 
Record
SN00672544-F 20040915/040913214212 (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.