Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOLICITATION NOTICE

66 -- Hydrogen Plasma Cleaning System - ATTACHMENT 1

Notice Date
6/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0335-1
 
Archive Date
6/27/2015
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 5 ATTACHMENT 4 ATTACHMENT 3 ATTACHMENT 2 ATTACHMENT 1 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81. The associated North American Industrial Classification System (NAICS) code for this procurement is 332242 with a small business size standard of 500 employees. This acquisition is set aside 100 percent for small businesses only. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to both the Contract Specialist (Lynda.Roark@nist.gov) and the Contracting Officer (Patrick.Staines@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) Perceived discrepancies between written specifications and the drawings should be resolved by submitting a written question per the inquiries clause above. Background: The Mass and Force Group/Quantum Measurements Division is responsible for providing access to the top of the traceability chain for the SI mechanical unit of mass to meet the needs and demands of U.S. industry, government, and the scientific community. In support of this mission, work is ongoing in preparation for the future redefinition of the Kilogram. This will be accomplished by fixing the numerical value of the Planck constant, a fundamental constant. A watt balance can then relate a reference mass in vacuum to the Planck constant and thereby determine the mass value in kilograms. This particular acquisition is in direct support of efforts to disseminate the kilogram to other research laboratories and companies. As part of the mise en pratique, or procedure to be realized in practice for the dissemination of the kilogram, it is necessary to remove contaminates from the surface of masses before calibrating. The procedure needs to remove surface contaminates while not removing any material from the actual mass itself. Current procedures rely on solvents and gentile mechanical wiping to remove material from the mass surface. A new technique, downstream hydrogen plasma cleaning, will be utilized as an alternative non-destructive and repeatable mass cleaning method. This technique relies on atomic hydrogen to chemically react with hydrocarbons adsorbed on the surface of a mass. The chemical reaction reduces the hydrocarbons into volatile chemical species which are then pumped away from the mass. The hydrogen may also passivate the surface reducing further materials being adsorbed onto mass. The hydrogen atoms will not remove any of the metal atoms from the measured mass. The hydrogen downstream plasma source will be used to remove hydrocarbon contaminates from the surfaces of 1 kg metallic masses. These masses will be made out of stainless steel or a platinum/iridium alloy and may be coated with different materials. A typical mass would be roughly cylindrical in shape with a height of approximately 3 in and diameter of 2 in. The masses will be cleaned inside a custom made vacuum chamber with a volume of approximately 11 liters. This vacuum chamber is designed to interface with a vacuum transport system so that cleaned masses can be transported to different experiments while maintaining the cleanliness of the masses inside a vacuum. A hydrogen downstream plasma source will be attached to the top of the vacuum chamber to provide a stream of atomic hydrogen to the surface of the 1kg mass. The atomic hydrogen will react with and remove hydrocarbons adsorbed on the mass surface without removing any metal or further oxidization of the surface. List of Attachments: The following pictures and drawings are hereby provided as attachments. The purpose of these attachments is for reference and to familiarize the Contractor with overall design of the Hydrogen Plasma Cleaning System. All parts shown in the drawings are requirements of this solicitation. All attachments included in this solicitation are owned by the Government and shall not be reproduced, released, distributed, or otherwise utilized for any purpose other than submission of a quotation and the execution of the required work, without the prior written approval of the NIST Contracting Officer. Attachment 1: Figure 1 - Front View of Cleaning Chamber Attachment 2: Figure 2- Top View of Cleaning Chamber Attachment 3: Figure 3 - Bottom View of Cleaning Chamber Attachment 4: Figure 4 - Vacuum Manifold Attachment 5: Figure 5 - Schematic of Vacuum System All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Hydrogen Plasma Cleaning System, meeting the following requirements (Used or refurbished items will not be considered for award): The Contractor shall furnish all necessary personnel, material, equipment and services to fabricate, deliver and test the Hydrogen Plasma Cleaning System in accordance with the minimum requirements below and attached drawings. A.) Cleaning Chamber Requirements: 1.) The main cleaning chamber shall consist of a stainless steel vacuum 6 way cross. (See Figures 1-3) The arms of the cross shall be formed from 6" diameter tubing terminating with 8" diameter non-rotating conflate flanges with clearance bolt holes. The distance between opposing parallel conflate flanges should be approximately 12 inches; 2.) Attached to the bottom arm of the 6 way cross shall be a zero length 8" conflate to 2.75" reducing flange (See Figure 1); 3.) Mounting to the 2.75" connection on the bottom zero length adapter flange shall be a manual vacuum translator with a 4" travel. This translator must not rotate when moving and must be able to lock in place when not moving (See Figure 1); 4.) The front arm of the 6-way cross shall be sealed by a viewing port with a viewing diameter >5" mounted in a 8" conflate flange (See Figures 2 & 3); 5.) The right arm shall be sealed by a 6" manual gate valve. The gate valve must have a pump out port (See Figures 1-3); 6.) The left arm of the 6-way cross shall be sealed with a zero length 8" conflate adapter flange (See Figures 1-3); 7.) Attached to the zero length adapter flange on the left arm shall be a non-rotating 36" linear vacuum translator. This translator must be capable of supporting a 1 kg weight when fully extended (See Figures 1-3); 8.) Attached to rear arm of the 6-way cross shall be a custom Vacuum Manifold (6 way adapter cross) (See Figure 4); 9.) All the necessary hardware (bolts, nuts, gaskets, etc.) must to be provided. B.) Vacuum System Requirements: 1.) See figure 5 for a schematic of the vacuum system; 2.) The vacuum shall be maintained by a turbo pump with a 6" conflat flange. The pump must have a pumping rate of 300L/s of H2 and a compression ratio >105 for H2. It should be water cooled; 3.) The turbo pump shall be back by a "dry" roughing pump (i.e. scroll or diaphragm pump); 4.) The base pressure of the vacuum chamber must be at least 1x10-7 Torr in the cleaning chamber when there is no gas flow through the system; 5.) A wide-range cold cathode vacuum gauge must be included to monitor the pressure from atmospheric pressure down to the base pressure (<10-6 Torr). All necessary cables, controllers and power supplies necessary to operate the pressure gauge must be provided; 6.) A 4" gate valve must be included to seal off the cleaning chamber from the turbopump. This will be attached to the 6" conflate flange on the Vacuum Manifold (custom 6-way adapter cross); 7.) A throttle valve or variable gate valve must be provided to automatically regulate the pressure inside the cleaning chamber. When operating with a fixed gas flow rate through the system, feedback from the pressure gauge (B5) will be used to electronically adjust the throttle or variable gte valve to maintain a desired constant pressure within the cleaning chamber. All electronic controllers, power supplies and cables necessary to operate the system must be provided; 8.) A roughing vacuum bypass must be provided to evacuate the cleaning chamber when the gate valve to the turbopump is closed; 9.) There will be a roughing vacuum line with a shut off valve attaching to the pump out port of the 6' gate valve mounted on the right arm of the 6-way cross. Refer to requirement A5; 10.) A vent valve must be provided to enable raising the pressure in the cleaning chamber up to atmospheric pressure; 11.) A low pressure (≤1 bar) relief valve must be installed to prevent the accidental overpressuring of the cleaning chamber. D.) Support Structure: 1.) The plasma cleaning system must be supported by a framework so that it will be a free standing apparatus (i.e. not mounted to a wall). The center of the main 6-way cross of the cleaning system must be approximately 48.5 inches above the floor. 2.) There must be clear access to operate the manual 4" vacuum translator located on the bottom of the vacuum chamber.Must provide support for the end of the 36" linear translator. 3.) The support structure must not extend beyond the main 6" manual gate valve on the side of the chamber by more than 3 inches. Components NOT to be supplied by this request: Gas lines, Gas Regulators, downstream plasma source and 8" flange used to attach plasma source to cleaning chamber. Warranty: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) : (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: 100 Bureau Drive, Gaithersburg, MD. 20899 Inspection and Acceptance: NIST will provide payment in full upon successful completion of delivery, demonstration of specifications, inspection and acceptance testing, and submission of a proper invoice from the Contractor. Final acceptance testing by NIST shall occur within 30 days from receipt of delivery. Payment terms shall be Net 30 Days. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. Specifically: NIST shall perform acceptance testing to confirm full operation and dimensional acceptance: 1. NIST shall attach an 8" conflate flange on top of chamber to verify base pressure (<1x10-6 Torr). Delivery: Delivery shall be completed not later than 8 weeks from receipt of purchase order. Delivery term shall be FOB Destination. FOB Destination means: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver the items to NIST, BLD 301, Shipping and Receiving, Gaithersburg, MD 20899. Evaluation Criteria: Award shall be made to the Contractor whose quotation meets all of the required minimum specifications listed above and quotes the lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability of Meeting or Exceeding the Requirement, 2) Price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation, including data submissions. Technical descriptions and product literature submitted in the quotation shall be evaluated to determine that the proposed instrument meets or exceeds all requirements. Price: Price shall be evaluated for reasonableness. Required Submissions: All Offerors shall submit the following: 1) Technical Evaluation: Offerors shall submit two copies (only one copy if submitting electronically) of technical description and/or product literature which clearly details the manufacturer, make and model (if applicable), addresses all specifications, and clearly documents that the offered product(s) meet(s) or exceeds the minimum specifications listed above. 2) Price: Offerors shall submit an original and one copy of a price quotation (only one copy if submitted electronically) which addresses all line items 3) Acceptance of Terms (Addendum to FAR 52.212-1(b)(11): This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Due Date for Quotations: All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. Eastern Standard Time on June 12, 2015. FAX quotations shall not be accepted. E-mail quotations shall be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Lynda Roark, Contract Specialist on 301-975-3725. NIST is not responsible for late delivery due to the added security measures. In addition, Offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the laws 1352.209-74, Organizational Conflict of Interest 1352.209-72 Restrictions against disclosure 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35 Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.247-34, FOB Destination 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Contractors The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Harry Brubaker, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.201-70 Contracting Officer's Authority; 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions against Disclosure; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0335-1/listing.html)
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 21771, United States
Zip Code: 21771
 
Record
SN03754010-W 20150606/150605000243-1886dbde5f8001322aaf736f5c020934 (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.