Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

66 -- UHV E-BEAM EVAPORATION SOURCE FOR ELEMENTAL HAFNIUM

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10BK247421Q
 
Response Due
8/16/2010
 
Archive Date
8/4/2011
 
Point of Contact
Bernadette J. Kan, Contract Specialist, Phone 216-433-2525, Fax 216-433-2480, Email Bernadette.J.Kan@nasa.gov
 
E-Mail Address
Bernadette J. Kan
(Bernadette.J.Kan@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for:Requirements for 1 each UHV E-Beam evaporation source for elemental hafnium:1.Cell assembly shall be completely compatible with existing Government ownedCreaTec-brand-MBE system:a.Shall be mounted on a standard 4.5 inch OD UHV conflat stainless steel flange(rotatable flange is preferred). b.Shall be certified leak tested in ultra high vacuum (UHV) to less than 1 x E-11mbar Liter per second.c.Shall be bakeable to at least 200 degree C.d.Shall be manufactured for an in-vacuum length of 257 mme.Shall have an in vacuum diameter of 60 mm. or less.f.Vendor shall provide complete dimensioned CAD drawings for Government evaluationand approval prior to manufacture.g.Cell shall maintain perpendicularity relative to the 4.5 inch flange face inorder to effectively maintain a cell-to-shroud clearance distance of at least 1.5 mm overthe entire in-vacuum length of 257mm.2.Cell shall be capable of heating source material by electron beam heating withinthe temperature range of 500 degree C to at least 2800 degree C.3.Cell shall incorporate electromagnetic coils for e-beam steering of at least 1mmthat shall include both the x and y directions including user defined pattern raster.4.Cell shall include water cooling to the evaporator assembly. Water lines shallremain at least 10 mm. from the outside cell diameter to assure there can be no contactbetween the water lines and the MBE shroud of the existing government owned equipment. 5.Cell shall include integral tilt of the source well of at least 25 degrees fromvertical. Source well shall have a capacity of at least 4 cubic centermeters. 6.Shall include at least three (3) spare tungsten filaments.7.Shall include all cables and a power supply and control electronics with thefollowing minimum capabilities: a.Power supply shall be capable of at least 3 kilowatt output e-beam power.b.Shall be wired for 208 VAC, 60 Hz, 1-phase or 3-phase power.c.Cables between the power supply and cell shall be included and at least 7 metersin length with final length determined by the government.d.Shall be able to steer and raster the e-beam by at least 1mm in both the x and ydirections.e.Shall include the option of closed loop control via input of an externalproportional voltage and/or current signal from a flux monitor.f.Shall include safety interlocks for cell cooling water flow, vacuum level, and atleast 1 additional input signal.8.Shall include complete documentation in both printed and also electronic format(user operation manual, mechanical & electrical drawings/schematics printed and on CD/DVDor for download). The following optional items shall also be made available as part of the original quote:1. Crucibles that are fully compatible with the source well and have a capacity of atleast 4 cm(exponent3).1a. Tungsten crucibles1b. Graphite crucibles1c. Boron nitride crucibles 1d. Other material crucibles2. PID Controller to control the e-beam emission and/or power delivered based on thefeedback from an external flux measuring device (e.g. quartz crystal monitor, massspectrometer, spectrometry, etc.) 3. Other Spare parts/consumables shall be offered such as:3a. Tungsten filaments3b. Electron emitter block (pre-aligned)3c. Heat shields (complete set)The provisions and clauses in the RFQ are those in effect through FAC 2005-43.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334516 AND500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by midnight 8/16/2010 to NASA GRC, ATTN: Bernadette Kan, MS 60-1, 21000 Brookpark Road, Cleveland OH 44135 and must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration (if applicable), taxpayer identification number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34 F.o.b. Destination. (NOV1991),1852.215-84 Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form)(APR2002), 1852.225-70 Export Licenses. (FEB 2000) FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales tothe Government 3.503-1, 52.219-28 Post Award Small Business Program Representation19.308(d), 52.222-3, Convict Labor (JUN 2003) (E.O. 11755), 52.222-19, Child Labor -Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21, Prohibitionof Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246),52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793),52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts),52.225-1, Buy American Act - Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.232-33, Paymentby Electronic Funds Transfer Central Contractor Registration (MAY 1999) (31 U.S.C.3332) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing (e-mail or fax) to BernadetteKan not later than 8/16/2010.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: The new equipment shall fitwithin the specifications of the existing government owned MBE equipment and the largestin-vacuum diameter of the new equipment shall not exceed 60mm diameter. It is criticalthat offerors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10BK247421Q/listing.html)
 
Record
SN02229117-W 20100806/100804235443-32c82db706b429de8ae8f0b2ee01f837 (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.