Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOURCES SOUGHT

J -- Performance maintenance, emergency services, repair, and calibration for plasma etching and atomic layer deposition systems.

Notice Date
3/13/2013
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-13-SS32
 
Archive Date
4/11/2013
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205
 
E-Mail Address
christopher.ganey@nist.gov
(christopher.ganey@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Sources Sought Notice Solicitation Number: AMD-13-SS32 Title: Performance maintenance, emergency services, repair, and calibration for plasma etching and atomic layer deposition systems. Posted Date: March 13, 2013 Response Date: March 27, 2013 Classification Code: J - Maintenance and Repair NAICS Code: 811219 Contracting Office Address: Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD, 20899-1640 The National Institute of Standards and Technology (NIST) seeks information on commercial vendors that are capable of providing performance maintenance, emergency services, repair, and calibration for plasma etching and atomic layer deposition systems. These systems are located in a class 100 cleanroom at the NIST Center for Nanoscale Science and Technology (CNST) NanoFab in Gaithersburg, MD, and are used as a shared resource accessible to researchers from industry, academia, NIST, and other government agencies Specifications: 1. GENERAL: The vendor shall provide factory-certified personnel and all the tools required to perform all service. 2. EQUIPMENT COVERED: The following tools shall be covered by this service contract. a. Two Oxford Instrument "Plasmalab 100" plasma etching systems. i. Serial No.: 219915 ii. Serial No.: 219916 b. One Oxford Instrument "Oxford FlexALRPT" atomic layer deposition system. i. Serial No.: 219914 c. Covered equipment includes all integrated system components including the vacuum systems, process chamber, electrical systems, plasma generator, deposition controllers, pressure controllers, and software patches and updates. 3. SCHEDULED SERVICE: The vendor shall provide annual performance maintenance for all three tools. a. The vendor shall ensure optimum performance of the systems by replacing typical components that wear out, recording baseline parameters, verifing system performance and minimizing unplanned outages. 4. UNSCHEDULED SERVICE a. The vendor shall provide phone service within 1 business day and a qualified service engineer on-site within 3 business days in response to a request for unscheduled service. b. The vendor shall provide OEM parts including and shipping costs required. 5. TIMELINE: NIST anticipates issuing a Request for Proposals for the PM contract no later than 7/1/13, and awarding a Purchase Order for the system no later than the 9/30/13. After results of this market research are obtained and analyzed, and specifications developed, NIST may conduct a competitive procurement and subsequently award a Purchase Order for a yearly PM contract. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 811219, as those domestic sources having $19 MILLION or less. Please include your company's size classification and socio-economic status in any response to this notice. Companies that can provide Performance maintenance, emergency services, repair, and calibration for plasma etching and atomic layer deposition systems are requested to email a detailed report describing their abilities to christopher. ganey @nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that services the system components for which specifications are provided. 2. Name of company(ies) that are authorized to service the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for service of such systems. 4. Indication of whether each service for which specifications are sent to christopher. ganey @nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Point of Contact Christopher Ganey l, Contract Specialist, Phone (301) 975-6205 Fax (301) 975-6273, Email christopher. ganey @nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-13-SS32/listing.html)
 
Record
SN03011134-W 20130315/130313235016-d706fcaa31fbfacb9e98d5a84e248353 (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.