Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

66 -- METAL DEPOSITION SYSTEM

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0240
 
Response Due
9/9/2009
 
Archive Date
11/8/2009
 
Point of Contact
Daniel Balizan, 505-678-4349
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(daniel.balizan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-09-T-0240. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 334516. The small business size standard is 750. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Metal Deposition System, QTY 1, UNIT EA; CLIN 0002, Shipping Charges to Adelphi, MD 20783, QTY 1, UNIT LOT. (vi) Description of requirements: Metal deposition system having the following: adjustable target to substrate distance; sealed to eliminate the possibility of water damage, magnetic materials and dielectrics usage; automatic shutter on the sputtering source and cross-contamination shields in place; deposition angle allowing for high sputtering uniformity while maintaining a 2 inch target size; exchangeable targets that are accessible, require no special tools, and reach up to thickness for deposition on the micron range; supply range from 0 to 300 Watt RF allowing for the flexibility for various material sets which are unknown at this time; at least two (2) gases enabling reactive sputter depositions; able to simultaneously evaporate from up to three (3) different sources; contains two (2) Kilovolt-Amperes (KVA) sources, (1) 4KVA source, and a sputter head source for a total of four (4) sources enabling various simultaneous metal deposition options; multiple depositions of up to four (4) different film types (three (3) by evaporation, and one (1) by sputtering); DC switch, with an A/B/C select feature or equivalent that enables switching between metals without additional venting/pump cycles; Substrate Stage that is height and tilt adjustable and guarantees a sample size uniformity of 100mm 5%; Temperature Control Adjustment that meets the application (metal, carbon filament); Sample Deposition platform that uniformly rotates to ensure sample uniformity; deposition chamber with a fully opening front door with access for substrate fabrication, a viewport with shutter, and has the option for illumination within the chamber; Chamber Pumping System with a turbo pump and controller with the ability of achieving rapid (30 minutes or less) vacuum pressure of 3 X 10-7 torr necessary prior to deposition; Vacuum Gauging and Process gas that can be changed depending on the application without limit (e.g., argon for sputtering and oxygen or nitrogen for evaporation) that is computer controlled, and has two (2) mass flow controllers for sputter deposition; Deposition Rate monitoring is achieved with a dual quartz crystal microbalance system that enables up to 5um thickness depositions and automatic switch between crystal heads in the event of crystal failure; Evaporation Source that allows for A/B source selection and has a dedicated shutter; Substrate Heat Thermocouple that is1-2 mm away the substrate and allows for computer control of power and heat levels; Deposition Control is achieved with a controller for rate and deposition monitoring as well as for multi-films (evaporation and sputtering applications); System Control and Automation PC control for Windows operating system; System Control allows for recipe creation for multi-layer processes, data acquisition, remote operation, diagnostics; Automated computer control incorporates an easy user interface for multiple users to process on the instrument and independently save historical data for future reference. SHIPPING: The contractor is responsible for shipping and installation of system. The contractor shall notify the Government 14 days prior to delivery of the system; INSTALLATION: The contractor shall provide a technician at the customer site for two (2) days during installation/commissioning of the system. The contractor shall transfer any existing process that is currently being done in a different manner or with a different tool to the new system. The contractor shall provide training for up to two (2) people for five (5) days at the contractor site included in the price for deposition system; the contractor shall provide unlimited phone and e-mail consultation for the life of deposition system. REPORT: The contractor shall prepare a process qualification document, for approval by the Government Technical Point of Contact (TPOC), detailing a summary of system specifications and performance. (vii) Delivery is required eighteen (18) weeks after receipt of order (ARO). Delivery shall be made to Army Research Laboratory (ARL), Building 207/2A-05-43, Adelphi, MD 20783. Acceptance shall be performed at ARL, Adelphi, MD, The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) 1. Award will be based on the best overall value to the Government with consideration given to the following factors listed in accordance with their relative importance. 1. Technical: The technical evaluation will be a determination as to whether the proposed product meets all of the specifications set forth in the solicitation. The technical evaluation will be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. 2. Past Performance: Vendors experience and past performance related to the actual sales of at least six (6) metal deposition systems to Government or Industry agencies within the previous 12 months. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules to include warranty fulfillment and maintenance reputation. References should include contract numbers, performance periods, and point of contact with phone numbers and email addresses. The Government may contact references other than those identified by the offeror and use the information received in the evaluation of the offerors relevant past performance. 3. Price: The offerors proposed price must be consistent with the cost/price proposal. Price will be assessed for completeness and reasonableness. Technical and past performance are of equal importance and when combined are significantly more important than price. (b) The Government reserves the right to award without discussions. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 5.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.204-7 Central Contractor Registration (JUL 2006), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), 252.225-7021 Trade Agreements (JUL 2009), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Request for Equitable Adjustment 2005 (MAR 1998) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xvi) Offers are due on 09 September 2009, by 12:00 PM Mountain Standard Time (MST) electronically to DANIEL.BALIZAN@ARL.ARMY.MIL (xvii) For information regarding this solicitation, please contact Daniel Balizan, 575-678-4349, DANIEL.BALIZAN@ARL.ARMY.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0240/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN01934165-W 20090902/090901001445-8e53099a323b418d3544517fb3c62c3a (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.