Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

66 -- Vapor Depositor

Notice Date
8/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333295 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
VaporDepositor
 
Archive Date
9/2/2009
 
Point of Contact
Chelsea A. Gurwell, Phone: 719-333-2849, Elizabeth Lawson, Phone: 719-333-3929
 
E-Mail Address
chelsea.gurwell@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(chelsea.gurwell@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined commercial synopsis/solicitation for a "Brand Name or Equal" requirement in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number F4BWL08094A001, in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 27 July 2009. The National Acquisition Industrial Classification Standard Code (NAICS) proposed is 334516, Analytical Laboratory Instrument Manufacturing. The small business size standard is 500 employees. The USAF Academy, 10 CONS/LGC has a specific requirement for the "Brand Name or Equal" Purchase of a HHV Limited model TF-600 Thin Film Vapor Deposition System. 1. A vendor must meet the following to be considered for purchase as a BRAND NAME or EQUAL: a. The System must be PLC controlled with a touch screen display. b. The system must have a comprehensive safety interlock system. c. The System must have a CTI-8, 1500I/sec Cryopump with 8200 Compressor. d. The System must have XDS35i Dry-Running scroll pump - Roughing/Backing Pump. e. The System must have a TF600 chamber 600 mm x 500mm + RF Shielding + Liners. f. The System must have a Sputter Source, Extended EPM75 Sputter Source with three 75mm in diameter magnetron sputtering sources positioned in the baseplate for upwards sputtering. Including cables, test target, shutter pan arms and flow switch. g. They System must have a DC Power Supply Unit - Adv. Conv. MP1 1kW. h. The System must have a RF Power Supply Unit & Turner- 600W. i. The System must have a 4-position switch, RF and DC in, 4 x RF or DC out. j. The System must have a RF290 Rotary Workholder (water-cooled, RF biased & indexing). k. The System must have dual mass flow controllers to allow mixing of two process gases with digital displays to indicate flow rate of each gas and the gas ration selected. l. The System must be equipped with EB3 Multiheart 4 pocket Electron Beam Evaporation Source. m. The system must have a High current LT Transformer with 2-kVA LT transformers complete with one pair of water-cooled vacuum leadthroughs and high current cables with voltage taps for 10 v/200A or 5V/400A. n. The System must have Manual 2kVA power control (panel, thyristor kit, EMC filter) o. The System must have a model EB3four-crucible Electron Beam Evaporation Source to include four 4 cc volume crucibles, 270-0 beam deflection, Integral X-Y beam sweep coils, water cooling, Quick release electron emitter assembly, 5kV, 3kW capability, Electron beam water flow switch kit, and power supply is disabled to protect the electron beam source from overheating and damage in the event of cooling water failure. p. The System must have a EB3 X-Y beam sweep controller with Independent control in both X and Y direction of: beam position, bean sweep amplitude, beam sweep frequency, sinusoidal, triangular or square oscillation waveforms, and LED displays provide visual indication of the beam sweep movement in both the X and Y directions. q. The System must have a Motorized turret indexer for the EB3 electron beam source. r. The System must have a EB3 3kW electron beam power supply comprised of a free-standing power supply panel that operates at 5kB. Also includes a Integral high voltage transformer, forced air cooling, and a digital display of high voltage and filament/removable trolley base on power module with interconnecting cables safety interlocks for air cooling, high vacuum, 200/220 V, 3 phase, 60 Hz, and three different crucible types, EB3 Graphite Liner for 4 cc crucible, EB3 Intermetallic Liner for 4 cc crucible, EB3 Molybdenum Liner for 4 cc crucible. s. The System must have a SIQMA SQM160 quartz crystal film thickness deposition monitor with: Digital display of deposition rate and deposition thickness, facility to control up to 2 source shutters automatically and closes shutters when pre-programmed termination thickness values are achieved. RS232 interface to enable data logging and programming from a PC, sequence mode to enable the SQM160 to automatically select the next material, water-cooled Crystal Holder (QTY 2), oscillator and cable (QTY 2), and spare crystals (pkg of 5). t. The system must be configurable to 208/220V 60Hz 3ph. 2. Only offers that meet all above-stated salient characteristics will be considered. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. Small businesses that can meet the requirement are encouraged to submit quotes. The Buy American Act applies to this RFQ. Potential offerors are reminded that in accordance with DFARS 252.204-7004 all contractors are required to be registered with the Central Contractor Registration (CCR) database in order to conduct business with the Department of Defense (DoD). Lack of registration in the CCR database will make an offeror ineligible for award. The website is located at http://www.ccr.gov/ The Provision at 52.212-2, Evaluation -- Commercial Items, also applies. The Government will award to the lowest price responsible offeror whose offer fully conforms to the solicitation and represents best value to the government. Quotes offering used, resold, liquidated, or refurbished equipment will not be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/VaporDepositor/listing.html)
 
Place of Performance
Address: USAF Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01912905-W 20090816/090815003224-1fa441915a78cc4ba85542cc44275a2b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.