Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- Quad E-Beam Evaporator

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB620020-7-05825
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this procurement is unrestricted and all responsible offerors may submit a quote. The National Institutes of Standards and Technology has a requirement for one (1) Quad E-Beam Evaporator. LINE ITEM 0001: Quantity One (1) each Quad E-Beam Evaporator, meeting or exceeding the following required minimum specifications: 1. Quad e-beam evaporator with sequential deposition 1.1. Must mount on a 2.75 inch OD CF flange. 1.2. Must be UHV compatible. 1.2.1. Must be constructed of UHV materials. 1.2.2. Evaporator must be bakeable to temperatures of at least 200 degrees C. 1.2.3. Must come with four independent cells to evaporate up to four different materials. 1.2.4. Sources must be designed to avoid cross-talk and contamination between the different sources. 1.2.5. Sources will be run one at a time and do not require the capability to be run together. 1.2.6. Must come with high efficiency water cooling. 1.2.7. A water-cooling shroud must completely surround the evaporator. 1.2.8. In UHV environments the base pressure must remain below 1E-9 Torr during typical operation. 1.3. Must come with a mechanical shutter 1.3.1. Shutter must operate equally well for each of the four sources. 1.3.2. Shutter operation must be fast, with closing and opening times of approximately one second. 1.3.3. Shutter will be operated manually. 1.4. Must have a flux monitor that collects ions to monitor the deposition rate. The ion current must be proportional to the deposition rate. 1.5. The distance tip to flange must be 200 mm. 1.6. The evaporator must accept crucible and rod evaporant sources. 1.6.1. Must accept rods of diameters between 0.5 mm and 2 mm. 1.6.2. Must accept crucibles of capacities ranging from ~85 to ~350 mm to the third power. 2. E-beam evaporator power supply for sequential deposition 2.1. Must be capable of running e-beam sources for the e-beam evaporator in Item 1 one at a time. 2.2. Must provide filament current as well as high voltage with at least 200 Watts of power. 2.3. Must have the capability to regulate/stabilize the emission current by automatic adjustment of the filament current. 2.4. Must have the capability to control the voltage and filament current manually from the front panel. 2.5. Must provide the capability to monitor the filament current, emission current, voltage and flux rate from the front panel. 3. Must include a minimum of a 12 month warranty on non-consumable items. Delivery shall be completed in accordance with the manufacturer?s commercial schedule. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the product, manufacturer sales literature or other product literature which addresses all minimum specifications and clearly documents that the offered product meets the specifications stated above. After award is made, the contractor must supply detailed CAD drawings of the evaporator and its UHV components within 2 weeks of the award. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.225-2 Buy American Certificate Offerors must complete annual representations and cerifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (19)52.222-36, Affirmative Action for Workers with Disabilities (23)52.225-1, Buy American Act--Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses the above line items. 2). Two (2) originals of technical description and/or product literature; This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 pm local time on July 26, 2007. EMAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01339121-W 20070713/070711220622 (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.