Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

66 -- UHV E BEAM EVAPORATION OF ELEMENTAL HALFNIUM

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08247421Q
 
Response Due
5/23/2008
 
Point of Contact
Bernadette J. Kan, Purchasing Agent, Phone 216-433-2525, Fax 216-433-2480
 
E-Mail Address
Bernadette.J.Kan@grc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for 1 each UHV E-Beamevaporation of elemental Halfnium. The item shall be a model SVTA-EBSH-4.5-C,STVA-2-EBS-PG, STVA-275-EBS-M, STVA-275-EBS-BFM, and SVTA-0SI from SVT Associates orequal, and have the following additional requirements:1. Assembly shall be completelycompatible with existing Government owned CreaTec-brand-MBE (Molecular Beam Epitaxial)system or equivalent and mounted on a standard OD 4.5" CF type UHV (Ultra High Vacuum)stainless steel flange.a. Complete system shall be certified Helium-leak tested in Ultra High Vacuum to lessthan 1E-10 millibar-Liter per second.b. Shall have an in-vacuum length of at least 257millimeters and less than 260millimeters, measured from the Cell Flange face to the furthest part on the Cell.2. Shall accommodate Halfnium "shot" in a Hearth style with compatible crucible toaccomodate at least 2 cubic centimeters in volume of Halfnium "shot". a. Hearth shall be angled as specified by end user at time of manufacture.b. Hearth-Liner shall be of compatible material for Hafnium, such as graphite.3. Shall be capable of source-heating within the temperature range of 150 degreesCelsius to at least 3000 degrees Celsius.4. Shall include water cooling to the Hearth assembly using a material equal to orgreater than that of a copper heat sink assembly.5. Shall include provision to purchase optional crucible liners from OEM.6. Shall implement an approximate full circle filament around the top of the Hearth toeliminate "hot spots" on the Halfnium shot.a. With the filament guaranteed to be "out of the line-of-sight" to effectively providemaintenance-free change of crucible-liners containing a source material different thanHalfnium.b. Deposition rates controllable and provide equal to or greater than deposition ratesof 0.2 nanometers per minute at a target distance of 100 millimeters using a Hafniumsource temperature of approximately 3100 degree Celsius.7. Shall inclulde an integrated Beam flux monitor with:a. Integrated communication interface.b. Feedback controller with all cables.c. Hardwired interlock to cooling-water flow.d. Modified for Electron Beam Source with collection grid.8. Shall inclulde all cables and a power supply with the following minimum capabilities:a. Electrical : minimum of 3000 Watts total power output.b. Power cables to survive to a minimum temperature of 200 degrees Celsius.c. Controls: manual control of settings by user including front panel control of atleast the emission current, High Voltage Bias, and Filament Current.9. Shall include closed loop control via the integrated flux monitor with the powersupply.10. Shall iinclude installation hardware for 19-inch rack mounting of 6U or less.11. Shall be wired for 220VAC, Single Phase, 60Hz powerline operation.12. Shall include all installation, on-site Hafnium-source demonstration/deposition ofrequired performance, and training, and documentation.The provisions and clauses in the RFQ are those in effect through FAC 2005-25.The NAICS Code and the small business size standard for this procurement are 334516 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, Receiving Bldg 21 North, 21000 Brookpark Road,Cleveland OH 44135- is required. Delivery shall be FOB Destination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by Close of Business 05/23/2008 to NASAGlenn Research Center, ATTN: Bernadette Kan, MS 500-305, 21000 Brookpark Road, ClevelandOH 44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV 1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form), and (APR2002) 1852.225-70 Export Licenses. (FEB 2000) FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2007) (E.O.13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, EqualOpportunity (MAR 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special DisabledVeterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C.4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212),52.222-50,Combating Trafficking in Persons (AUG 2007) (Applies to all contracts), 52.225-1, BuyAmerican Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-34, Payment by ElectronicFunds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 05/21/2008.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: [INSERT SPECIFIC FACTORS suchas Delivery, Maintenance, etc] shall also be considered] [Delete if there are no otherevaluation factors] It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f9213ae22505076bbbd7a59470f1d73&tab=core&_cview=1)
 
Record
SN01571464-W 20080514/080512220443-1f9213ae22505076bbbd7a59470f1d73 (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.