Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

66 -- Indium/Gold Evaporator

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-P-0474
 
Archive Date
9/9/2010
 
Point of Contact
Maria Elena A. Fernandez, Phone: 9375224556
 
E-Mail Address
mariaelena.fernandez@wpafb.af.mil
(mariaelena.fernandez@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TO PROCURE an Indium/gold thermal evaporator. The proposed item shall be a Denton Vacuum Explorer system or equivalent. The vendor will provide a clean room compatible thin film deposition system for the thermal evaporation of both Gold (Au) and Indium (In) metals. This capability is required for use with the Focal Plane Array (FPA) Laboratory of the Air Force Sensors Directorate. Metals evaporated in this system will be used to form Indium bump bonds for cold welding of focal plane array assemblies. Specific requirements for the system to be procured include: 1. 14"(w) x 14" (D) 304 stainless steel deposition chamber that is a minimum of 30" in height for improved deposition uniformity 2. Internal 304 stainless steel collimation shields for rejection of off-axis material flux 3. Color touch screen programmable logic control systems for system operation and interface. System operation to be completely automated and controlled using this system 4. Bulk water-cooled, single rotation substrate holder for a single (1) 3.0" substrate a. Rotation speed adjust (0-20 RPM) b. Heating capability of substrate up to 300°C. Heater fixturing to be behind substrate holder to limit Indium coating 5. Shutter assembly for sample and hold operation if desired 6. Water-cooled, quartz crystal sensor head assembly 7. Inficon quartz crystal rate controller for the determination of deposition rates 8. Computer-controlled electro-pneumatic source shutter 9. Dual resistive evaporation assemblies with power supplies for co-evaporation of both Gold and Indium simultaneously i. 2.0 kW resistive evaporation assembly for Au or other metals ii. 4.0kW resistive evaporation assembly for Indium evaporation (set into well assembly for better Indium containment) 10. Minimum 50cc Indium source container 11. Minimum two (2) electronic Pirani gauges 12. Minimum of two (2) full range ionization gauges for high vacuum measurement. Gauges must be mounted with right angle elbow for protection from migrating Indium 13. Cryopump valving package 14. High vacuum gate valve 15. Minimum of 7.9 cubic feet/minute dry scroll pump for vacuum chamber roughing 16. Minimum of 1500 liter/second (air) cryo pump with air cooled compressor for high vacuum operation 17. Thickness uniformity certified to be 5% or better by manufacturer 18. Installation on site by manufacturer's personnel 19. Functional testing prior to shipment and upon receipt and installation completion 20. Process support by manufacturer in the area of Indium bump bond formation for FPA applications This is a brand name purchase and any offer must meet all requirements above. This solicitation is a request for quotations. This RFQ is issued under simplified acquisition procedures. The size standard for this effort is 500 employees. NAICS 333994. FOB: Destination. Payment Terms Net 30 Days: Evaluation of Award will be based on (LPTA) lowest price technically acceptable to the Government. ATTN: The following clauses and provisions apply: 52.209-6 Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-4 Printed or copied double sided on recycled paper 52.209-6 Protecting the government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.211-6 Brand name or equal 52.212-3 Offerors representations and certifications 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 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opp for SDV, VVE, and other eligible veterans 52.222-36 Affirmative Action for Workers w/disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combat Trafficking in Persons 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.232-33 Electronic Payments 52.252-1(a) Solicitation provisions incorporated by reference 52.252-2 Clauses incorporated by reference 52.233-2 Service of Protest 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist country 252.209-7004 Subcontracting with Firms that are owned or controlled by the government of a terrorist country 252.211-7003 Unique Identifier 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.203-7000 requirements relating to compensation of former DoD officials 252.225-7001 Buy American 252.225-7002 Qualifying country sources as subcontractors 252.225-7005 Identification of expenditures in the United States 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.246-7000 Material inspection and receiving report ASC/PKO G-001 Wide Area Workflow 5352.201-9101 Ombudsman Quotations: Submit your Quotation to Maria Elena Fernandez at mariaelena.fernandez@wpafb.af.mil by 25 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-P-0474/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright Patterson-AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02237174-W 20100813/100811235852-2db2f0b116de2809811bff787daf86ce (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.