Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

66 -- PLASMA CLEANER / ASHER

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8601-07-T-0071
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This Solicitation No. FA8601-07-T-0071 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. This is a Small Business Set-Aside. Non-manufacturing rule does not apply. This requirement is for ONE (1) PLASMA CLEANER / ASHER, consisting of the following salient features: SIC Code 3821, NAICS Code 339111, Size Standard 500 Employees General description for the Plasma Cleaner / Asher: The system will be used for Ashing (cleaning) of silicon wafers. The system needs to be automated for proper removal of unwanted materials and be able to reproduce the cleaning process to ensure uniform wafer preparation. The unit required is a small, light weight system capable of single process cleaning and not a large production unit. The requirements for the Plasma Cleaner / Asher is as follows: Maximum Console Dimensions: 17?W x 25.75?D x 25.5?H Minimum Vacuum Chamber Dimensions: 12? H x 12? D x 12? W Maximum Footprint of Plasma Console: 17? x 26? x 26? Maximum Footprint of Vacuum Pump: 16? x 18? x 10? Horizontal Electrode Configuration: 3 Horizontal Levels 9? x 9? on 2? Spacing Power Minimum: 300 Watt, 40 kHz RF Generator & Matching Network 8 CFM Oxygen Service Vacuum Pump Thermocouple Vacuum Gauge Range: at least 0-10 Torr Two Rotometers 0-50 cc/Min Touch screen Control System Digital Instrumentation Oil Mist Eliminator OEM Process Sequence: Single Required Power: 120V 50/60 Hz 20 A Maximum System Weight (Console and Vacuum Pump): 500 lbs. Delivery is to be FOB destination. Please quote your earliest delivery The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation, Commercial Items, award will be based on overall best value to the Government; FAR 52.212-3 and Alt I, Offeror Representations and Certifications? Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - - Commercial Items; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7 Central Contractor Registration FAR 52.219-6 Alt I, Notice of Total Small Business Aside FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Co-operation with Authorities and remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Feb 1984) FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1 Buy American Act?Supplies FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill-ins http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, The following DFARS clauses and provisions apply to this acquisition: DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2001)Deviation DFARS 252.225-7000 Buy American Act--Balance of Payment Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.204-7003, Control of Government Personnel Work Product. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. The quoter also must be registered in ORCA (Online Representations and Certifications Application) prior to award OR must include a copy of FAR 52.212-3 Representations and Certifications prior to award. Both CCR and ORCA can be located at http://www.bpn.gov/. FAR 52.212-3 can be found at http://farsite.hill.af.mil/vffara.htm There is no special format or form required for submitting quotes. However offerors are required to submit the following information along with their quote: Company Name Address Phone Number Fax Number Point of Contact Email Address of POC Delivery Time After Receipt of Order Prompt Payment Discount Terms Cage Code Tax ID Number Point of contact is Kurt Lovmark 937-522-4509. Quotes can be e-mailed to Kurt.Lovmark@wpafb.af.mil or faxed to 937-257-3926 Attn: Kurt Lovmark. All quotes are due by 3:00 p.m. EDT, SEP 10, 2007.
 
Place of Performance
Address: 1940 Allbrook Drive, Ste 3, Rm 109, Wright-Patterson AFB, OH,
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01386249-W 20070829/070827220936 (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.