Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

B -- Nanoscale Structures and Device Support - RFQ

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0295
 
Archive Date
5/24/2012
 
Point of Contact
Micole A. Cheatham, Phone: 3019758335, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
micole.cheatham@nist.gov, andrea.parekh@nist.gov
(micole.cheatham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of 7 Million. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology is seeking to a Contractor to provide Metrology for Comprehensive Structural, Transport and Optical Measurements of Semiconductor Nanoscale Structures and Devices support. All interested small businesses may provide a firm fixed-price quotation for the following deliverables in accordance with (IAW) the Deliverables and Deliverable Due Dates (DDDD)Section of the Statement of Work: Quantity Description Pricing CLIN 0001 3 Status reports (DDDD a) tiny_mce_marker_______ CLIN 0002 1 Written technical (DDDD b) tiny_mce_marker_______ The following is the Statement of Work (SOW): Background The Thin Film and Nanostructure Processing group at National Institute of Standards and Technology (NIST) is conducting research in semiconducting nanoscale structures for a number of applications, involving electronic, optical, sensor, photovoltaic, and energy storage devices. This project will focus on the development of comprehensive measurement methods, techniques, and required instrumentations for conducting charge transport-related metrology in semiconductor nanostructures. These structures could be used in applications including photodetectors, light-emitters, sensors, and energy storage devices. The critical challenge for nanomaterials and device structures is developing an understanding of the charge transport in these structures and their interaction with the complex defects often present in them. However, the traditional spatial averaged techniques are not often useful for complex nanoscale structures. Performing cross-correlated measurements, such as Raman, photoluminescence, photoconductivity, cathodoluminescence, and transmission electron microscopy on the same devices is highly complex task, and requires designing new instrumentations, methods, sample preparation and fabrication techniques, and incorporation of various non-standard techniques. Scope of Work The Contractor shall provide all support for project oversight and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. a. The contractor shall implement measurement methods for characterizing silicon nanowire based field-effect based transistors for application in the RF frequency range installation and testing of associated NIST-supplied high and low frequency characterization tools. b. The contractor shall fabricate nanowire based field-effect based transistors utilizing NIST-provided nanowires and the NIST Nanofab. c. The contractor shall conduct cryogenic transport experiments on NIST-provided nanostructured semiconductor devices, including study of deep-level defects in silicon and gallium nitride nanowires using low-frequency noise spectroscopy (per each device). d. The contractor shall study charge transport, photoconductivity and cathodoluminescence of NIST-provided core/shell nanowire devices based on gallium nitride and silicon (per each device). Deliverables and Deliverable Due Dates The Contractor shall provide the following deliverables: a. Written status reports every two months, that summarize work performed, tasks planned for the next reporting period, and any issues brought to the Contract Officer Representative (COR) attention. Due no later than the tenth day of the next month. b. Written technical report detailing experimental activities, research results and significant accomplishments and conclusions due at the end of the end of the period of performance. Standards for Acceptance of Deliverables: The COR will provide comments on each deliverable within 10 calendar days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 5 calendar days from receipt of electronic or written comments from the TIC. Any published works are subject to NIST publishing policies, see http://nvl-i.nist.gov/publish/NIST-Publishing-Tools.cfm Period of Performance and Place of Performance The period of performance is six months after award of this requirement. All work shall be accomplished at NIST, Gaithersburg, Maryland. Normal duty hours are Monday through Friday (8:30 AM to 5:00 PM) with the exception of Federal holidays or other official closures; work may be conducted between the hours of 6:30 a.m. and 7:00 p.m., although the contractor might be given after hours access enabling him/her to conduct research after official duty hours. Overtime is not authorized under this requirement. General Requirements Safety: The Contractor shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the TIC or Contracting Officer (CO) upon termination of their services under this contract. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. Contractor or contract employee shall not use Government facilities or other Government property in connection with conducting other research activities not associated with requirements under this SOW. Facility/Building/Campus Closures: During anticipated closure of the NIST Campus due to declared training holidays, administrative leave granted to the entire government staff, or other closure, contract employees may not be required to perform services, unless specifically scheduled. In the event of unplanned closure of the facility due to natural disasters, emergency, or severe weather, contract workers who are scheduled to work, shall not report to work unless notified differently by the TIC. Federal Holidays: The contract employee will not be paid on federal holidays unless contract employee is scheduled to work on a holiday and will be paid for hours worked at the hourly rate established in the contract. The following is a list of legal federal holidays as referred to elsewhere in the contract. Contract employees may be required to work on legal holidays as determined by the TIC or OU Division Chief. New Year's Day, January 2nd Martin Luther King's Birthday, 3rd Monday in January President's Day, 3rd Monday in February Memorial Day, Last Monday in May Independence Day, July 4th Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veteran's Day, November 12th Thanksgiving Day, 4th Thursday in November Christmas Day, December 25th 6. Government-Furnished Property, Data and/or Information All material, property, data and/or information provided by the Government in the performance of this contract remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. MML facilities within the Metallurgy Division and the NIST Nanofab facilities will be made available for the Contractor to use in the performance of his research. These facilities will be available to the Contractor upon the completion of the standard safety training course. Any additional equipment required for the completion of this project will be provided by MML/Metallurgy Division. These facilities will be available upon the commencement of this contract. 7. Risk Assessment The HSPD-12 Security Risk Level assigned to this contract is low risk. 8. Exhibits and Attachments None. 9. Travel No travel will be supported under this contract. Contractor's Minimum Qualifications The Contractor must have a PhD degree in Electrical Engineering, Physics, or Materials science. The Contractor shall have a solid command of electronic, photonic, and sensor devices, with in depth understanding of device physics and semiconductor device designs. The contractor must be an expert on various nano and microfabrication techniques including, but not limited to, mask design, layout and mask writing using laser tools, photolithography, electron beam lithography, plasma processing (including RIE, ICP, and PECVD processes), sputter deposition techniques, atomic layer deposition, chemical vapor deposition, focused ion beam techniques, and wire bonding and packaging of electronic devices. The contractor must have more than 10 years of working experience in semiconductor fabrication laboratory and more than 5 years of working experience in class 100 clean room facilities. Expertise is also required in utilization of semiconductor characterization techniques including hall measurements, C-V measurements, parametric measurement of electronic devices (such as FETs, diodes), high-frequency measurements, and cryogenic transport measurements. The Contractor shall have substantial experience in related material and surface characterization techniques, such as photoluminescence, cathodoluminescence, x-ray diffraction, scanning electron microscopy (including EDXS), and various scanning probe techniques. The contractor must have journal publications and/or employment history demonstrating expertise in fabrication and characterization of nanoscale semiconductor devices and materials. A record of successful collaboration with researchers at other institutions as manifest in coauthored publications is required. A resume that reflects all of the required qualification must be attached with the price quote. EVALUATION CRITERIA: Awards shall be made to the Offeror that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Price: The Government will evaluate price for reasonableness. CLAUSES The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.227-14 Rights in Data-General; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference; 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 including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.233-70 Agency Protests; 1352.237-71 Security Processing Requirements-Low Risk; 1352.239-72 Security Requirements for Information Technology Resources; 1352.246-70 Place of Acceptance; 1352.270-70 Period of Performance; and And other appropriate clauses as needed Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0295/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02731047-W 20120427/120425235717-81ee40754c6ae12cd658292ed7e85803 (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.