|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- EDWARDS VACUUM DEPOSITION SYSTEM AUTO 306 SOL 53SBNB860093 DUE
082498 POC Brenda K. Lee (301) 975-6394 WEB: NIST Contract Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contract Office, Contract@nist.gov. This is a combined synopsis/
solicitation for commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation. Quotations are being requested and a written solicitation
will not be issued. Solicitation 53SBNB860093 is issued as a Request
for Quotation (RFQ) using simplified acquisition procedures. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-04. The Standard
Industrial Classification (SIC) code is 3825. This is a small business
size set-aside and the related small business size standard is 500
employees. This is a brand name or equal RFQ. The Contract Line Item
Number (CLIN), quantities, and unit issues are as follows: CLIN 0001,
Edward Auto 306 Vacuum Deposition System #E09010000 to include
"SANTOVAC 5" Diffusion Pump Fluid, 1 each; CLIN 0002 Cylindrical
Borosilicate Vacuum Chamber Kit #E09027000, 1 each; CLIN 0003 Tripod
#E09022000, 1 each; CLIN 0004 Baffle Plate #E09023000, 1 each; CLIN
0005 Single Resistance Evaporation Source #E09028000, 1 each; CLIN 0006
Carbon Rod Evaporation Source #E09039000, 1 each; CLIN 0007 LT/HT
Current Controller with Ammeter #E09035000 1 each; CLIN 0008 LT
transformer with two outputs #E0903300, 1 each; CLIN 0009 Evaporation
Source Selector Switch #E09033000, 1 each; CLIN 0010 3mm Grid Holder
#E08571000, 1 each; CLIN 0011 Tilting Workholder Drive #E09029000, 1
each; CLIN 0012 80mm Plane Workholder #E08573000, 1 each; CLIN 0013 SEM
Planetary Workholder #E8572000, 1 each; CLIN 0014 FTM6 Film Thickness
Monitor with Mains Cable #E08664000, 1 each; CLIN 0015 Oscillator with
Cable #E08666000, 1 each; CLIN 0016 Watercooled Crystal Holder
#E08667000, 1 each; CLIN 0017 HT Bar DC Cleaning #E09025000,1 each;
CLIN 0018 HT Power Supply #E09052000, 1 each; CLIN 0019 Auto Gas Bleed
Kit #E09065000, 1 each; CLIN 0020 Manual Source Shutter #E09032000, 1
each; CLIN 0021 EPM100 Water Cooled Component Magnetron Sputtering
Source #E09304000, 1 each; CLIN 0022 MDX 1kVV (1000) DC Power Supply
#U30004671, 1 each; CLIN 0023 Water Flow Switch Kit #U100000795, 1
each; CLIN 24 Interlock Cable and Power Cable. The National Institute
of Standards & Technology (NIST) intends to obtain an Edward High
Vacuum Deposition System (AUTO 306) consisting of the following
specificaitons a) Water cooled oil diffusion pump with pumping speed of
at least 5001/s and ultimate vacuum of 2 x 10 to the minus 7 mbar (2 x
10 to the minus 5 Pa) with liquid nitrogen cooling. b) Intelligent
high-vacuum-valve opening routine which prevents stalling of the high
vacuum pump. This provides continuous protection of the high vacuum
environment and the substrates from contamination. c) The vacuum
controller must close the high vacuum valve if the vacuum pressure
rises. There should be a battery back-up of the high vacuum valve so
that the valve shuts in the case of power failure. d) A borosilicate
glass cylinder with aluminum top plate with counterbalanced flip-top
for easy lifting of the cylindrical workstation and easy access to both
the base-plate and top-plate, as well as the substrates and source
targets. e)Utilities must enter the system from the side to allow for
a flush-against-the-wall and minimum floor space installation, with
dimension no larger than 1.8 meters high; 1 meter wide and 0.9 meters
deep. f)The diffusion pump must be backed by a direct drive rotary pump
with exhaust filter to prevent pump vapors from contaminating the
laboratory. A foreline trap is required to protect the chamber and
substrates from back-steaming during the rough pumping. g)The system
shall be microprocessor controlled to provide maximum safety and allow
functions to operate only when the system is pumped down to the
required level. h) The magnetron sputter source must deposit with a
uniformity plus or minus 5 percent over an area of 30 cmx2 in the
static mode with a 75-100 mm source to substrate spacing. The
Government requires a fully-operational device to prepare
ultraclean/ultrathin films of carbon, platinum/paladium, gold, nickel
and other metals by evaporation and/or sputtering in a high vacuum
chamber. For the electron microscopy of polymers, the carbon films
produced by evaporation must be of high quality to optimize uniformity,
optimize analytic sensitivity by minimizing the film thickness, and
eliminate silicon contamination. For reflectivity experiments, the
films produced by the magnetron sputtering source must be of uniform
thickness, micro-roughness, and of high precision and reproducibility
over a large area. These films will be used as substrates for
reflectivity measurements on ultrathin polymer films. For both
applications, the elimination of contamination by back streaming is
essential. The system shall include the vacuum system (diffusion and
mechanical pumps), the cylindrical borosilicate glass vacuum chamber
with baffle plate and top plate counterbalance, resistance evaporation
accessories, carbon rod evaporation source accessories, magnetron
sputtering accessories, film thickness rate monitor, manual source
shutter, rotary substrate holder, plasma cleaner and accessories. The
Government requires a vacuum deposition system to prepare high
precision films of sufficient quality and reproducibility necessary for
research using electron microscopy and x-ray and neutron reflectivity.
To ensure the high precision and reproducibility of the films, the
magnetron sputter source of the unit must be capable of depositing with
a uniformity plus or minus 5 percent over an area of 30 cmx2. This
equipment will be used for research purposes by multiple operators in
different configurations (evaporation, sputtering, plasma cleaning
etc.) for many different metals and carbon coatings, features which
allow fast and easy operation and versatility in configuration are
essential to this requirement. The Government requires installation,
set-up and training, twelve month warranty and one set of operation and
maintenance manuals. The instrument shall betested and accepted within
20 days of delivery. The device shall be new, no components may have
ever been delivered to a previous customer. Required delivery within 12
weeks after contract award. FAR 52.247-35 FOB Destination, With
Consignee's Premises, Delivery location is National Institute of
Standards and Technology, Building 224, Room B311 Gaithersburg, MD,
20899. The provision at FAR 52-212-1, Instructions to Offerors --
Commercial Items are applicable to this acquisition. The provision at
52.212-2, Evaluation-Commercial Items, applies to this acquisition. The
Government will make award to one offeror. The proposal selected for
contract award will be made to the offeror whose proposal offers the
best value to the Government, technical, price, and other factors
considered. The Government will evaluate information based on the
following criteria listed in descending order of importance with the
TECHNICAL FACTORS being significantly more important than price. 1)
Technical capability to meet the agencyneed; and 2) Past Performance.
(Offerors must provide a list of at least five (5) references
confirming the installation and use of these instruments). The
technical factor is worth slightly less than three-fourths of the total
point score. Past Performance factor is worth slightly more than
one-fourth of the technical points. Technical and Past Performance,
when combined, are significantly more important than price. Offerors
shall comply with the provision at FAR 52.212-1(b) and submit 1) Three
(3) copies of quotation which addresses CLIN 0001-0024; 2) three (3)
copies of technical description of the items being offered in
sufficient detail to evaluate compliance with the requirements in this
solicitation; 3) Two (2) copies of the most recent published price
list(s); And 4) Two (2) copies of a list of references. The list of
references shall include a minimum: The name of the reference contact
person and the company or organization name; The telephone number of
the reference contact person; The contract or grant number; The amount
of the contract or address, and the telephone number of the
Contracting Officer if applicable; And the date of services were
completed. Offerors shall include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications-Commercial Items
which may be downloaded from
http://www.nist.gov/admin/od/contract/repcert.htm. The clause at FAR
52.212-4, Contract Terms and Conditions-Commercial Items, and the
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, applies to
this acquisition, including subparagraphs (5) 52.219-14 (6) 52.222-26,
(7) 52.222-35, (8) 52.222-36, (9) 52.222-37, (10) 52.225-3, (15)
52.225-21(ii) (Alternate 1), and 52.233.3, Protest After Award;
Department of Commerce Agency Level Protest Procedures Level above the
Contracting Officer, which can be downloaded from the NIST external
web page, the Internet address is
http://www.nist.gov/admin/od/contract/protest.htm. Submission shall be
sent to the National Institute of Standards and Technology,
Acquisition and Assistance Division, Building 301, Room B117,
Gaithersburg, Maryland 20899, ATTN: Brenda K. Lee, Solicitation Number
53SBNB860093. Submission must be received by 3:00 p.m. Eastern Time on
August 24, 1998. Faxed offers will not be accepted. Requests for a copy
of a solicitation package will be disregarded. No solicitation package
will be issued. If you have any questions regarding this announcement,
please contact Brenda K. Lee at the telephone number identified above.
Numbered Note 1 Posted 08/13/98 (W-SN236669). (0225) Loren Data Corp. http://www.ld.com (SYN# 0419 19980817\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|