SOURCES SOUGHT
66 -- INSPECTION MICROSCOPE
- Notice Date
- 8/29/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F4FBBL2198A001
- Archive Date
- 9/6/2012
- Point of Contact
- Elizabeth M. Cenova-Betts,
- E-Mail Address
-
elizabeth.cenova-betts@wpafb.af.mil
(elizabeth.cenova-betts@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing AFRL/RYDD requires one (1) inspection microscope for semiconductor process development. Contractors responding should 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. Minimum Inspection Microscope Requirements: At a minimum, the contractor will provide the following specifications: I. AFRL/RYDD requires one (1) inspection microscope with the following specifications : 1) Upright encoded microscope for reflected light bright field, dark field, and digital interference contrast (Nomarski) 2) ≥ 5 port nosepiece for objectives and automatic objective identification, motorized nosepiece not required. 3) Flat stage capable of viewing entire 4" diameter wafer, quick release for free movement 4) 100 W Halogen or equivalent lumens light source 5) Eyepiece tube with 100% to eyepiece, 100% to camera and combination between eyepiece and camera. 6) Binocular 10X adjustable eyepieces with Folding Eye cup 7) UV filter, 480 nm cut off 8) Objective lens capable of bright field, dark field : 5X NA (numerical aperture)≥ 0.13, 10X NA≥ 0.25, 20X NA≥ 0.45, 50X NA≥ 0.80, and 100X NA ≥0.9 9) ≥ 3 MP color and black/white camera, ≥ 1/2" chip, imaging system with software 10) Software shall include calibration capabilities, scalable bars, and autofocus. The Software should have measurement capability of live and acquired images of distance, angles, and polygons. 11) Computer workstation and ≥ 24" wide format LCD monitor. 12) Motorized Z stage with manual override control for full focusing capability 13) Software with z-height stitching capabilities in order to create a composite image with equivalent extended focus and 3-D composite image. 14) To include startup commissioning, shipping, training. 15) Automatic update on scale bar and measurements on live images All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment 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. Contractors 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 334516. 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 contractor 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: Elizabeth.cenova-betts@wpafb.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PKOAA POC: Elizabeth Cenova-Betts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 3:00 p.m. Eastern Standard Time, 20 August 2012. Direct all questions concerning this acquisition to Elizabeth Cenova-Betts at Elizabeth.cenova-betts@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBBL2198A001/listing.html)
- Record
- SN02860559-W 20120831/120830000126-d0705fbb98f5646a608b18526279353d (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 |