|
COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1996 PSA#1639Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-OP-
SD-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL DAAL01-96-R-9808 DUE
073096 POC Kim Sweep, Contract Specialist, (301) 394-4681, Kathleen M.
Tennant, Contracting Officer, (301) 394-3439. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; a written solicitation will not be issued. The
solicitation number is DAAL01-96-R-9808. This acquisition is issued as
a request for proposal (RFP). It is intended to award a contract to
Surface Technologies Systems, Gilbert Technology, Inc. 56 Summer
Street, Shrewsbury, MA 01545, pursuant to 10 U.S.C. 2304(c)(1). Market
research has demonstrated that Surface Technologies Systems, is the
only vendor capable of meeting the Government's minimum needs. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-37. The associated
Standard Industrial Classification Code (SIC) is 3479. The small
business size standard is 500 employees. The following is a list of
contract line item numbers and items, quantities and units of measure.
CLIN No. 0001, Description: Surface Technologies Systems Multiplex IPC
- Reactive Ion Etch System, Qty: 1, Unit: EA, Amount: _; CLIN No. 0002,
Description: Two (2) Operator and Maintenance Manuals, Qty: 1, Unit:
LOT, Amount: Not Separately Priced. Description of Requirements: The
Army Research Laboratory intends to procure a Surface Technologies
Systems (STS) - Multiples IPC - Reactive Ion Etch (RIE) System. The
present RIE system, an EATON (ZYLIN) RIE System, used for the
fabrication of a wide variety of electron devices in the Physical
Science Directorate (PSD) mission, is no longer manufactured or
serviced by the original equipment manufacturer (Eaton Corporation).
Repair parts and qualified service engineers to maintain this equipment
are unavailable. It will not be effective, from either an operational
or cost standpoint, to retain the Eaton (ZYLIN) RIE system for the BRAC
96 mandated move of PSD, Fort Monmouth, NJ to Adelphi, MD. Replacement
of the Eaton RIE is required to maintain operational R&D capability
and achieve cost effectiveness. The RIE system was modified by Fort
Monmouth scientists, for use as a system to etch deep trenches into a
silicon wafer. These modifications made to the EATON RIE system
provided the Advanced Micro Devices Branch with an ''Army unique''
capability, giving us a state-of-the-art method for fabricating
Microelectromechanical Devices. The selected replacement for this
system is a STS - Multiplex IPC - RIE System, a high quality etch
system from a state-of-the-art reputable manufacturer of etching
equipment. This equipment will maintain present R&D operational
capability and be cost effective. The STS RIE System is the only RIE
system manufactured, that can provide the same deep silicon trench
etching capabilities we had with our previous Eaton (ZYLIN) system. The
Contractor shall provide the STS - Multiples IPC - RIE System which
will include the following capabilities: PC Windows driven system, soft
pump and vent capability, configuration for 100 to 150 millimeter
diameter substrates, substrate clamping with Helium pressure for
temperature stability, 5 to 65 degrees heater/chiller for substrate
temperature control, 100 watt automatched IPC RF source @ 13.56 MHZ,
300/30 watt automatched substrate RF bias power supply, automatic
pressure control, 1000 liter/second turbo pump, Edwards QDP80 ''DRY''
backing pump, five process gas lines with MFCs, one additional
''non-toxic'' gas line, one additional ''toxic'' gas line, substrate
electrostatic clamping for 4 inch and 5 inch diamter substrates, and
training for two (2) people. The Contractor shall install the STS -
Multiples IPC - RIE System, in Building 403 at Adelphi, MD, and
demonstrate it is fully operational prior to Government acceptance. The
Contractor shall provide two (2) copies each of the operator and
maintenance manuals for the STS - Multiples IPC - RIE System. The
Contractor shall provide technical support via telephone, at no
additional cost, to the Government STS - Multiples IPC - RIE System
user(s) during normal working hours (7:00 a.m. to 4:30 p.m.). The
Contractor shall supply their standard warranty to include parts and
labor on the complete STS - Multiples IPC - RIE System, for a period of
one (1) year from the date of Government acceptance. Delivery is
required by 31 March 1997. The Contractor shall notify the Contracting
Officer at least 10 days prior to delivery. Delivery shall be made to
the Army Research Laboratory, Adelphi, Maryland. Acceptance shall be
performed at Army Research Laboratory, Adelphi, Maryland. The FOB point
is destination. The provision at 52.212-1, Instructions to Offerors -
Commercial, applies to this acquisition. The following addenda have
been attached to this provision: 52.211-6, 52.211-14, 52.215-16,
52.215-41, Atl. IV, 52.216-1 - The Government contemplates award of a
Firm Fixed Price contract resulting from this solicitation, 52.233-2 -
Protests, as defined in Section 33.101 of the Federal Acquisition
Regulation, that are filed directly with an agency, and copies of any
protests that are filed with the General Accounting Office or the
General Services Administration Board of Contract Appeals, shall be
served on the Contracting Officer (addressed as follows) by obtaining
written and dated acknowledgment of receipt from: Army Research
Laboratory, ATTN: Kathy Tennant, AMSRL-OP-SD-PS, 2800 Powder Mill Road,
Adelphi, MD 20783-1197. In accordance with FAR 15.804-1(d) and the FAR
clause 52.215-41, if the offeror desires to request an exception to
submission of cost or pricing data, it must do so in writing. It is the
Contracting Officers intention to award this action based on the
exception at FAR 15.804-1(a)(2). However, if the offeror cannot submit
sufficient information (as defined below) to support this exception,
cost and pricing data will be required. The offeror shall provide
information on prices at which the same or similar items have been sold
in the commercial market, that is adequate for evaluating, through
price analysis, the reasonableness of the price proposed for each item.
Information submitted must support the price proposed. Although this is
a sole source procurement, firms interested in submitting a proposal
may do so, but must include all the information required by this
synopsis, along with descritive literature which clearly demonstrates
that the proposed items meets all/each of the requirements contained
herein. Failure to submit this information may result in the proposal
receiving no further consideration. Information must be submitted prior
to the offer due date/time. Responses must be made by the due date
stated below. Offerors shall include a completed copy of the provision
at FAR 52.212-3, Offeror Representations and Certifications -
Commercial Items, and DFARs 252.212-7000, Offeror Representations and
Certifications - Commercial Items, with its offer. The following
addenda have been attached to these clauses: 52.215-11, 252.225-7003,
Contractor Establishment Code and, Commercial and Government Entity
code. 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: 252.212-7001 with the following
applicable DFARs clauses contained therein, 252.205-7000, 252.225.7001,
252.225-7012, 252.225-7036, 252.233-7000, 52.203-3, 52.211-5, 52.211-7,
52.211-15, 52.215-43, 52.225-11, 52.232-17, 52.237-2, 52.242-13,
52.242-15, 52.247-34, 252.223-7006, 252.225-7002, 252.225-7009,
252.225-7025, 252.225-7037, and 252.232-7006. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items, applies to this aquisition. The
following additional FAR clauses cited in this clause are applicable:
52.230-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and
52.222-37. The following additional contract requirement(s) or terms
and conditions apply: The Contractor shall provide an industry standard
warranty to include parts and labor, for a period of one (1) year from
the date of Government acceptance of the system. The acquisition it
rated under Defense Priorities and Allocations System (DPAS) as DO.
Offers are due on 30 July 1996, 2:00 pm, at the Army Research
Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197. For
information regarding this solicitation, please contact Kimberley Sweep
on (301) 394-4681. See Numbered Note(s): 22. (0198) Loren Data Corp. http://www.ld.com (SYN# 0438 19960717\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|