Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

66 -- Hi-Temp Oven

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBAP1111A001
 
Archive Date
7/7/2011
 
Point of Contact
Kimberlee K Lowry, Phone: 8508823098, Tara Creekmore, Phone: 850-882-0277
 
E-Mail Address
kimberlee.lowry@eglin.af.mil, tara.creekmore@eglin.af.mil
(kimberlee.lowry@eglin.af.mil, tara.creekmore@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a high-temp effusion cell. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1TBAP1111A001. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a size standard of 500 employees. This solicitation is set aside 100% for small business. Please identify your business size in your response based upon this standard. Requirements: High temperature effusion source for the evaporation of nickel and silicon Additional items and specifications as indicated below. Quoted price should include FOB Destination. The technical specifications are as follows: 1. Basic Requirements: A high temperature effusion cell for the evaporation of nickel and silicon that can integrate into an ultra-high vacuum (UHV) environment through a 4 ½ inch CF-type flange. The source shall be oriented vertically, and will be mounted to the bottom of a UHV chamber via a load-lock. 2. Geometric Requirements: The in vacuum length of the source is required to be 19.0 +/- 0.1 inches (482.6 +/-2.54 mm) from the inside edge of the flange in order to protrude sufficiently far into the vacuum chamber for our applications. The outside diameter of the source (in vacuum) must be less than 2.20 inches (55.88 mm). The air-side protrusions should not extend past the diameter of the 4.5 inch flange. 3. Evaporation Specifications: The system will be able to vaporize Nickel at a rate of at least one (1) Angstrom per second and Silicon at a rate of at least 0.4 Angstrom per second, measured 8 inches from the source. The source should be capable of achieving temperatures of 25 - 2000+ degrees Celsius with a stability of at least +/- 0.1 degrees Celsius and be water cooled. 4. Crucibles: The vendor shall provide at least five (5) pyrolytic graphite (PG) and five (5) pyrolytic boron nitride (PBN) crucibles of 10cc size. In addition, there shall be a mechanism for protecting the source if the crucible should crack while containing molten silicon, such as a double-walled crucible. 5. Shutter: The source shall have a manually actuated shutter to block the vaporized metal when desired. The additional height due to the shutter must not exceed 0.5 inches (12.7 mm) from the height of the heater assembly; total height with shutter must not exceed 19.5 in (495.3 mm). 6. Power: All power supplies and cables shall be provided. Systems hall function on 115 VAC, 60 Hz electricity. Output signal shall be analog and be able to communicate with generic data logging software. Electronics shall be rack-mountable on standard 19 inch racks where possible. 7. Serviceability and Warranty: Vendor will clearly describe which parts are covered under the standard Warranty and the duration of the standard Warranty. Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor, and travel/tech support charges for a limited time period. 8. User manuals and drawings shall be provided by Vendor. These documents shall specifically describe the calibration procedures for temperature control (including schedule and methodology). In addition, operating parameters for at least nickel and silicon sources, incorporating the water cooled option, must be included. For questions, contact Kimberlee Lowry by e-mail only at kimberlee.lowry@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-040 effective 23 March 2010. • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • FAR 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, incorporating the following: • FAR 52.219-6, Notice of Total Small Business Set-Aside • 52.233-3, Protest After Award; • 52.233-4, Applicable Law for Breach of Contract Claim; • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 52.222-3, Convict Labor; • 52.222-19, Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-25, Affirmative Action Compliance • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219.28, Post-Award Small Business Program Representation • 52.222-50, Combating Trafficking in Persons • 52.223-18, Contractor Policy to Ban Text Messaging While Driving • 52.233-1, Disputes • 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); • 52.233-4, Applicable Law for Breach of Contract Claim • 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause);  DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD • Officials.  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.204-7004, Alternate A, Central Contractor Registration • DFARS 252.204-7003 Control of Government Personnel Work Product • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea;  DFARS 252.223-7001, Hazard Warning Labels  DFARS 252.232-7010, Levies on Contract Payments  AFFARS 5352.201-9101, Ombudsman To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 4:00 P.M., Central Standard Time on 22 June 11. The quote is at the discretion of the offeror. Send all packages via email to Kimberlee Lowry at kimberlee.lowry @eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP1111A001/listing.html)
 
Place of Performance
Address: 2306 Perimeter Rd, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02471550-W 20110615/110613234836-6e54a09d4de7cc271a7799c057a38a49 (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.