Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
MODIFICATION

A -- Rapid Thermal Annealing System (Heat Pulse System)

Notice Date
2/16/2006
 
Notice Type
Modification
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0041
 
Response Due
3/10/2006
 
Archive Date
2/15/2007
 
Point of Contact
Jacqueline Davis, 937-257-6147 ext 4211
 
E-Mail Address
Email your questions to jacqueline.davis@wpafb.af.mil;susie.slivinski@wpafb.af.mil
(jacqueline.davis@wpafb.af.mil;susie.slivinski@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 - Change in Minimum Specifications and Response time and date I. The minimum specifications for this requirement are hereby changed to read: A. This is a salient features requirements for the purchase of a Rapid Thermal Annealing System. 1. Power Requirement: a. Unit must operate on a 208volt, single phase, @ 60Hz, 125 amp circuit. b. Any computer controls must operate on a 110volt ac circuit @ 15 amps or less. 2. Dimensions: a. Its dimensions must not exceed 24?H X 48?W X 30?D including controls. b. Unit weight must not exceed 150 lbs. c. Unit must be self contained as a stand alone unit, excluding the computer. 3. Training / Installation: a. Two days of system training are required for two people. b. On site installation is required. c. It will be in a cleanroom and therefore requires proper ventilation. d. All user and service manuals will be provided, including schematics. 4. Temperature Range: a. Ambient to 1200 deg C range sustainable for at least 20 seconds @ 1200 deg C. b. Steady State temperature stability and uniformity: ?5 deg C across a six inch wafer. c. Thermocouple and Pyrometer monitoring systems are required to cover the entire temperature range. d. Heating rate must be at least 200 deg C per second and user controllable. e. Cooling rate must be at least 150 deg C per second. f. Programmable up and down ramp rates. g. Recipes must be able to be stored and easily recalled for different users. 5. Sample handling: a. Unit must be capable of annealing small samples in the 2 to 4 millimeter range. b. Our preference is to not have dummy substrates required for small samples. c. It must be also able to handle 6 inch wafers. 6. Computer requirements: a. Pentium based computer using Microsoft XP, installed. b. CD/RW CD drive type. c. Flat LCD monitor required due to space limitations. d. At least a 60-80 Gig hard drive. e. Optical mouse. f. Network capable with interface. g. Run parameters activity recording is required. 7. Process gas requirements a. All process gas lines must be stainless steel. b. The unit must have computer controlled pneumatic valves for the process gases. c. We require at least five process gas inputs (nitrogen, oxygen, argon, hydrogen, and forming gas. B. Also note that there may be difficulties in accessing the PIXS website for documents posted there. Copies of any documents not obtainable through PIXs can be requested by sending an email to Jacqueline.Davis@wpafb.af.mil or by calling Ms. Davis at 937-257-6147 ext 4211. Be advised that this phone number will be changing in the near future. The new phone number is 937-522-4541. C. As a result of this amendment, quotation packages are due NLT 11:30a.m. EST on 10 March 2006. *************************** This is a combined synopsis/solicitation for the purchase of a Rapid Thermal Annealing System, a commercial commodity to be procured for the Air Force Institute of Technology (AFIT), Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Responses shall be faxed to Ms Jacque Davis, 88 CONS/PKB, 937-656-1412 with coversheet, or e-mailed to Jacqueline.Davis@wpafb.af.mil no later than Wednesday, 4 January 2006, 12:30pm (EST). The solicitation number is FA8601-06-T-0010, North American Industry Classification System (NAICS) code 334413, Standard Industrial Classification (SIC) code 3825 (size standard 500 employees). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. No hard copies will be sent. This solicitation FA8601-06-T-0041 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, Effective 31 Oct 2005 & Class Deviation 2005-o0001. Proposed acquisition is 100% set aside for small business concerns. Under FAR 19, Nonmanufacturer rule" means that a contractor under a small business set aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 334413 (size standard 500 employees). Businesses providing quotes shall identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. A Firm Fixed Price type contract is anticipated with one line item (0001) for one (1) each Rapid Thermal Annealing System. Minimum system requirements are attached at www.pixs.wpafb.af.mil. Quotation packages shall include price quotation for delivery of proposed items to the Air Force Institute of Technology, Wright-Patterson Air Force Base, Ohio, 45433-7765 (FOB Desination), best delivery date, payment terms, a Technical Capabilities Package that includes descriptive literature to allow a complete evaluation of the equipment being offered to determine if it meets minimum requirements. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE QUOTATION. Businesses providing quotes must comply with the Instructions to Offerors, FAR 52.212-1, at www.pixs.wpafb.af.mil, and also identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. All offerors shall complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website at www.pixs.wpafb.af.mil and shall be submitted with the quotation. The following provisions apply to this acquisition and are hereby incorporated:FAR 52.212-1, Instructions to Offerors ? Commercial. Supplemented by the above instructions.FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of quotations and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price, with technical capability being more important than price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/FAR 52.252-5, Authorized Deviations in Provisions. Fill In: Defense Federal Acquisition Regulation, 48 CFR Chapter 2 The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text: FAR 52.204-6, Data Universal Numbering System (DUNS) NumberFAR 52.212-4, Contract Terms and Conditions -- Commercial ItemsFAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52.222-3, Convict LaborFAR 52.222-18, Certifiation Regarding Knowledge of Child Labor for Listed End ProductsFAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies;FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts And Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal OpportunityFAR 52.222-35, Equal Opportunity for Special Disabled VeteransFAR 52-222-36, Affirmative Action for Workers with DisabilitiesFAR 52-222-37, Employment Reports on Special Disabled Veterans FAR 52.225-13, Restriction on Certain Foreign PurchasesFAR 52.232-33, Payment by Electronic Funds Transfer - CCRFAR 52.233-3, Protest After AwardFAR 52.247-34, F.O.B. - DestinationFAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (Defense Federal Acquisition Regulation, 48 CFR Chapter 2)DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate ADFARS 252.204-7003, Control Of Government Personnel Work ProductDFARS 252.211-7003, Item Identification and Validation (Fill In: N/A)DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Application to Defense Acquisitions of Commercial ItemsDFARS 252.225-7001, Buy American Act and Balance of PaymentsDFARS 252.225-7002, Qualifying Country Sources as SubcontractorsDFARS 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act, Balance of Payments ProgramDFARS 252.232-7003, Electronic Submission of Payment RequestsAFFARS 5352.201-9101, Ombudsman, with fill in: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil Be advised that contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. A registration page is attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to this solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Quotations prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Note: All attachments to this combined synopsis/solicitation can be found at http://www.pixs.wpafb.af.mil Complete quotation packages, including price quotation, technical capability information (if not previously submitted) and Reps and Certs must be submitted no later than Wednesday, 4 January 2006, 12:30pm (EST) to Ms Jacque Davis, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Quotation packages may also be faxed to 937-656-14126 or sent electronically to Jacqueline.Davis@wpafb.af.mil. Direct all inquiries to Ms Jacque Davis, (937) 257-6147, Ext. 4211, or email: Jacqueline.Davis@wpafb.af.mil. For more information on "Rapid Thermal Annealing System (Heat Pulse System)", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4196
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00989665-W 20060218/060216212618 (fbodaily.com)
 
Source
FedBizOpps 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.