Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
MODIFICATION

66 -- Parts and Service for Veeco Gen-II MBE System

Notice Date
3/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0131
 
Archive Date
4/24/2012
 
Point of Contact
Keith M. Brandner, Phone: 9375224625, Richard E. Fries, Phone: 9375224527
 
E-Mail Address
keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil
(keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing parts and service for a Veeco Gen-II Molecular Beam Epitaxy (MBE) System. Firms responding shall specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The specific technical requirements of procurement are as follows: - Service requirements are for the repair of a 400g SUMO® effusion cell to include a new cell head with filaments and thermocouples, new feedthroughs as needed, and Outgas & Test procedures. The service will be conducted at the contractor's facility and shall include return shipment costs. -New Replacement parts that have to conform to OEM speficiations needed for refurbishing the Veeco Gen-II MBE System include: o (Quantity: 2 each) 400g SUMO® Pyrolytic Boron Nitride (PBN) Crucible with Lip o (Quantity: 4 each) Heat Shielding Pack for 400g SUMO® Source o (Quantity: 1 each) 400g Al-SUMO® PBN Crucible o (Quantity: 2 each) Heat Shielding Pack for 400g Al-SUMO® o (Quantity: 1 each) Gen-II Buffer Chamber Extension  Gen-II Buffer Chamber Extension is required for reconfiguring the Gen-II MBE to extend operations into a clean room environment  Requirements for this Part: 1. Made of stainless steel, either 304 L or 316 L 2. 8" CF flange connections 3. Inner diameter of tube approximately 6.13" 4. Able to withstand internal outgassing temperatures of several hundred degrees Celsius 5. Able to withstand external bakeout temperatures of 200 degrees Celsius 6. Length of tube between 36" and 48" in length 7. Track to carry wafer chariot that fits seamlessly with existing VEECO GEN II track on the system All interested firms shall submit a response demonstrating their capabilities to produce the requested parts and service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 811219. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: keith.brandner@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Keith Brandner, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 8:00 a.m. Eastern Standard Time, 09 April 2012. Direct all questions concerning this acquisition to Keith Brandner at keith.brandner@wpafb.af.mil. OURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing parts and service for a Veeco Gen-II Molecular Beam Epitaxy (MBE) System. Firms responding shall specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The specific technical requirements of procurement are as follows: - Service requirements are for the repair of a 400g SUMO® effusion cell to include a new cell head with filaments and thermocouples, new feedthroughs as needed, and Outgas & Test procedures. The service will be conducted at the contractor's facility and shall include return shipment costs. - Replacement parts needed for refurbishing the Veeco Gen-II MBE System include: o (Quantity: 2 each) 400g SUMO® Pyrolytic Boron Nitride (PBN) Crucible with Lip o (Quantity: 4 each) Heat Shielding Pack for 400g SUMO® Source o (Quantity: 1 each) 400g Al-SUMO® PBN Crucible o (Quantity: 2 each) Heat Shielding Pack for 400g Al-SUMO® o (Quantity: 1 each) Gen-II Buffer Chamber Extension  Gen-II Buffer Chamber Extension is required for reconfiguring the Gen-II MBE to extend operations into a clean room environment All interested firms shall submit a response demonstrating their capabilities to produce the requested parts and service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 811219. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: keith.brandner@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Keith Brandner, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 4:00 p.m. Eastern Standard Time, 23 March 2012. Direct all questions concerning this acquisition to Keith Brandner at keith.brandner@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0131/listing.html)
 
Place of Performance
Address: 3005 Hobson Way B651 R229, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02710188-W 20120401/120330234907-be753e0da62a29a9a4aeb7c03f0c9d3c (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.