|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- SEMICONDUCTOR PROBE STATION SYSTEM -- LOW ELECTRONIC NOISE SOL
53SBNB760216 DUE 071897 POC Contract Specialist, Keith Kennedy, (301)
975-6325/ Contracting Officer, Sandra L. Febach; (301) 975-6326. WEB:
NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; quotes are being requested and a written solicitation
will not be issued. However, interested parties may obtain a copy of
the entire requirements document from Keith Kennedy, 301.975.6325 or
e-mail keith.kennedy@nist.gov. Offerors should submit three original
copies of their quote to the above address no later than 3:00 p.m. on
the date above specified. The National Institute of Standards and
Technology intends to acquire the following: ITEM 01 -- one complete
semiconductor probe station system consisting of: A. a low-electrical
noise, manual eight inch probe station with B. four triaxial, single
tipped, Kelvin probe assemblies, C. suitable high-power microscope, D.
a vibration isolation table on which the prober will reside, and E.
all appropriate cables and accessories. The semiconductor probe station
system must have the capability to allow fA-level dc measurements. In
addition, the semiconductor probe station system must exhibit the
following capabilities or traits: 1. allow fA-level LCR
(inductance-capacitance-resistance) measurements (up to a minimum
frequency of 10 MHz). 2. accommodate Kelvin and non-Kelvin dc-guarded
coaxial probes. 3. be effectively light tight. 4. incorporate
integrated EMI (electro-magnetic interference) shielding to minimize
electronic noise (35 dB of shielding or better at 500 MHz and 1 GHz).
5. Good electrical isolation (particularly of the chuck) to prevent
ground loops. 6. provide a controlled environment to reduce the effects
of changing humidity and particle contamination: the system must
provide the ability to purge with nitrogen or other inert gas. 7.
mechanical functions should intuitively operate, and be easy to use. 8.
Meet or exceed the following critical electrical specifications: a.
chuck dc electrical leakage plus peak to peak noise <= 1fA; b. Chuck
residual capacitance <= 500 fF; c. Spatial capacitance variation
across chuck <=5 fF; d. Probe assembly -- dc electrical leakage plus
peak to peak noise <= 1 fA; e. System level electrical leakage plus
peak to peak noise during substrate, or chuck, current measurements
<= 3 fA. ITEM 02 -- Installation of the system described in Item 01.
After installation, the successful offeror shall demonstrate the
following performance specifications PRIOR to acceptance: A. Two
terminal current versus voltage measurements, using the chuck as one
terminal, with noise and leakage (at 100 V after 10 seconds) equal to
or less than 3 fA measured using the offeror's own electronics, or
their choice of the following NIST-owned electronics: HP4156a OR
HP4140a OR Keithley 6512; B. Demonstrate the above chuck residual
capacitance and capacitance variation over chuck area specifications by
using the offeror's own electronics or their choice of NIST-owned HP
4284a LCR meter OR HP4140a. C.Thesuccessful offeror shall unpack and
set up the semiconductor probe station system at NIST and shall
demonstrate the operation of the probe system to cognizant NIST staff.
The minimum inspection and acceptance period for all components shall
be 30 calendar days. The successful offeror shall receive payment only
after this minimum inspection and acceptance period. Acceptance of the
components shall occur when the NIST determines that the components
meet all of the conditions and requirements set forth. Trial use or
testing of the components, incremental or final payment, or the NIST
acknowledgement of receipt, will not constitute acceptance or prejudice
the NIST's right to reject or revoke acceptance of all or any portion
of the components. Delivery FOB Gaithersburg, MD, 70 days after
contract award. The NIST will consider a quote from all responsible
small business concerns. This solicitation is issued as a request for
quotes. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 46.
The following Federal Acquisition Regulation (FAR) provisions and
clauses apply to this acquisition: 52.212-1, Instruction to
Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. NIST will
use the following factors to evaluate offers, in descending order of
importance: A. TECHNICAL EXCELLENCE -- whether the offered probe
station system accomplishes dc current -- voltage measurements, and ac
capacitance -- voltage measurements (10 Hz to 10 MHz) with the
greatest possible accuracy, sensitivity, and reproducibility across 8
inch/200 mm semiconductor wafers. Critical technical features include:
1. ultra-low electrical noise and leakage, 2. excellent
electro-magnetic interference shielding, 3. ease of purging test area
with a neutral gas, 4. full 8 inch measurement capability and
uniformity, 5. Electrical and mechanical performance of the four low
electronic noise, triaxial wired probe assemblies. B. PAST PERFORMANCE
-- The NIST will evaluate past performance with respect to a minimum
of three and a maximum of five contracts and subcontracts completed for
different customers during the most recent past two years for identical
or similar systems. Contracts listed may include those entered into by
the federal government, agencies of state and local governments, and
commercial customers. Offerors that are newly formed entities without
prior contracts should list contracts and subcontracts as required for
all key personnel. Include the following information for each contract
and subcontract: A. Name of contracting activity, B. Contract number,
C. Contract type, D. Total contract value, E. Contract work, F.
Contracting Officer and telephone, G. Program manager and telephone,
and H. List of major subcontractors. Evaluators will discuss the
reliability and dependability of the system measured by frequency and
duration of down times for repair, plus the technical capabilities
above listed with each contacted reference. If there is no information
on past contractperformance, the NIST will evaluate the offer neither
favorably nor unfavorably on the factor of past performance. C.
ERGONOMICS AND EASE OF USE AND LEARNING -- Whether mechanical functions
intuitively operate and are easy to use. Whether knobs, switches, and
controls are labeled and easily accessible. Whether wafer loading and
unloading is simple and convenient. Whether micropositioners are
readily positioned. D. FLEXIBILITY AND UPGRADEABILITY: whether system
has the flexibility to measure a wide range of on-wafer device
geometries. Whether the system measures wafers/chips with varying sizes
and geometries. Whether system allows for and is compatible with future
upgrades to add thermal capabilities and/or microwave capabilities
without significantly degrading the existing electrical capabilities.
E. ABILITY TO FOLLOW INSTRUCTIONS -- The NIST will evaluate the offeror
on their ability to follow directions specified in the solicitation.
All technical evaluation factors, when combined, are significantly more
important than price. However, if offers are approximately equal in
technical merit, then the evaluated price becomes more important. The
NIST intends to make one award to one offeror whose proposal offers the
greatest value to the NIST, in terms of the evaluation factors above
specified and price. Offerors shall submit a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications, with
their offer. Offerors can retrieve this clause on the Internet at
www.nist.gov/admin/od/contract/contract.htm. The NIST contemplates
award of a firm, fixed price contract as a result of this solicitation.
The contract clause at 52.212-4, Contract Terms and Conditions --
Commercial Items, as well as the following terms and conditions apply:
52.214-34, Submission of Offers in the English Language; 52.214-35,
Submission of Offers in U.S. Currency; 52.219-6, Notice of Total Small
business Set-Aside; 52.225-11, Restrictions on Certain Foreign
Purchases; 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, as well as
the following terms and conditions apply: 52.222-26, Equal
Opportunity; 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225-21, Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program; and DOC Agency Level Protest Procedures found on the
Internet at www.nist.gov/admin/od/contract/contract.htm. Interested
parties may access full text for any above-listed clause on the
Internet at http://www.gsa.gov/far/. See Numbered Note 1. (0184) Loren Data Corp. http://www.ld.com (SYN# 0439 19970708\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|