Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

66 -- Cryogenic Vacuum Probe Station

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0226
 
Response Due
9/20/2005
 
Archive Date
11/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-T-0226. This acquisition is issued as a Request for Proposal. (iii) The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-05. (iv) This action is 100% set-aside for small businesses. The associated NAICS code is 334516. The small business size standard is 500 employees. The following is a list of contract l ine item number(s) and items, quantities and units of measure: (v) CLIN 0001 Cryogenic Vacuum Probe Station One (1) Each (vi) Description of requirements: The Army Research Laboratory (ARL) requires a full four-inch wafer cryogenic vacuum probe station, to be used for fundamental electrical and electro-optical analysis of nanoscale electronic devices. SALIENT CHARACTERISTICS (1)Full four-inch wafer probing capability, with the ability to probe partial wafers, is required. (2) The vacuum probe station must be configured with six precision micro-manipulated probe arms, with four of the arms oriented orthogonally (at 90-degree relative spacing), and each having precision x-, y-, and z-control with ranges of at least five (5) inches in x, at least two (2) inches in y, and at least one half (1/2) inch in z. (3) The vacuum probe station must be constructed of stainless steel. In addition to the six probe arm ports, the vacuum chamber must have a pumping port having NW40 or larger connection, a spare NW25 connection port, and an integral fused quartz viewport to visually locate the probes on the wafer. (4) The system must have an external microscope imaging capability having resolution of 3 micrometers or better. The external microscope imaging capability must be enabled for remote viewing (e.g., via a video monitor) during probe adjustment. (5) The system must be able to perform electrical probing measurements at controlled temperatures in the range of 4.5K  475K. The sample stage must be integrated with both the cryogenic refrigerator and heater elements, and regulated by a temperature con troller. (6) The capability to cryogenically cool the sample stage using either liquid helium or liquid nitrogen is required. The system must include a high efficiency helium transfer line and a liquid nitrogen Dewar with pressure control. (7) Active radiation shielding of the vacuum chamber is required to provide efficient cryogenic cooling and shield the sample under test from blackbody radiation associated with the chamber or surrounding environment. (8) The probe station must be capable of making fundamental current/voltage (I/V) measurements on a full four-inch wafer in DC, RF, or microwave (up to 40GHz) frequency regimes. (9) The low frequency probes must be matched to 50 ohm resistance and capable of shielded measurements up to 50MHz, or up to 5 GHz when used with appropriate low-loss microwave cabling. Probe tips with diameters of 3 micrometers and 10 micrometers are req uired, in tungsten, BeCu, and Paliney 7 alloy. For higher frequency measurements, probe tips with diameters of 10 micrometers and 25 micrometers are required, in BeCu. (10) The microwave probes must be of coplanar waveguide ground-signal-ground design and function in the frequency range of 0-40 GHz. They must have probe planarization capability relative to the sample enabling at least five (5) degrees of adjustment in b oth positive and negative theta directions. (11) The probe station must employ dynamic cooling/heating of all of the probes to hold the probe tips at the same temperature as the device under test, to preven t heat transfer near the sample and thus minimize measurement error. (12) The system must have the capability for in-situ sample imaging and/or spectroscopic analysis using a fiber-optic feedthrough. (13) The system must have the capability for installation of and operation using a metered gas flow. (14) The system must be outfitted with a turbopump for vacuum control. Backing pump, bellows connection, vacuum gauging for high vacuum and forelines, controller, adapters, and pump-line vibration isolation must be provided. The probe station chamber mus t be able to maintain a base pressure of at least 5x10-6 torr at 5K. (15) The probe station must be mounted on a pneumatically controlled self-leveling vibration isolation table. (16) The probe station must have a grounded sample holder, but must be configured to install a coax or triax sample holder for microwave probing applications. The coax and triax sample stages must be available as standard options. (17) The sample stage must be translatable in the x-, y-, and theta-directions, with a range of at least two inches in the x- and y-directions, and a rotation range of at least 5 degrees in both positive and negative theta directions. (18) Required configuration: The probe station is to be provided with all six probe arms configured with cables and probe tips that will enable operation from DC to 50MHz. One of the probe arms is to be modified to hold a fiberoptic at the sample end. An other of the probe arms is to be modified to provide a capillary gas supply tube down the length of the probe arm, terminating external to the probe arm base. A third arm must be configured with a thermocouple to monitor probe temperature. Two additional probe arms are to be configured with ground-signal-ground microwave probes and associated cables to enable electrical probing at frequencies from DC to 40GHz. The high frequency probe arms are to be supplied separately from the probe station. The pitch s pacing of the microwave probes will be specified upon contract award. (19) On-site installation and on-site training of up to 5 people is required. (20) Standard commercial warranty must be provided. (vii) Delivery is required 4 months after contract award. Delivery shall be made to Zahl Building , Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, MD. Acceptance shall be performed at the Adelphi Laboratory Center. The FOB point is the Adelp hi Laboratory Center, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria in descending order of importance to be included in paragraph (a) of that provision are as follows: (1) Compliance with the salient characteristics listed in (vi) above, (2) Past Performance  offerors must submit organization or company, point of contact and telephone number of at least three previous sales of the same or similar equipment made during the past five years. The offerors record of providing full wafer vacuum cryoge nic probe stations that meet specifications, record of meeting delivery schedule, and service reputation will be considered, and (3) Price. The Government reserves the right to award to other than the lowest offer and to make award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The c lause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes o r Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FA R/DFARS clauses cited in this clause are applicable: 52.203-3; 52.203-6; 52.219-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.232-33; 252.225-7012; 252.225-7014; 252.243-7002; 252.247-7023; and, 252. 247-7024. (xiii) The following additional contract requirement(s) or terms and conditions apply: Standard commercial warranty must be provided. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) Th e following notes apply to this announcement: N/A. (xvi) Offers are due on 20 September, by 1200 Noon EST, at RDECOM Acquisition Center, Adelphi Contracting Division, ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197. (xvii) For infor mation regarding this solicitation, please contact Robert M. Tomko, 301-394-3691, Fax 301-394-1891 or email to rtomko@arl.army.mil. Email submission of solicitation is preferred.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACC-A, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00894009-W 20050915/050913212449 (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.