|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- CARBON COATER UNIT AND METAL SPUTTER COATER SOL 53SBNB860133 DUE
090498 POC Brena K. Lee, (301) 975-6394 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 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 53SBNB860133 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 5049. 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,
1 each. Carbon Coater Unit (Cressington Model C208SEM): 1) Vacuum
evaporator system includes a turbo-molecular pump backed by a
mechanical rotary pump mounted on an anti-vibration table. 2) Fully
integrated all metal vacuum pumping system with minimum 80 liter/sec
turbo pump, 2 cubic meter per hour rotary pump and quick connect flange
system. 3) High and low vacuum meter system with selector switch. 4)
Precision needle valve for control of air/gas to allow evaporation in
lower vacuum modes with "no leak" mode selector switch. 5) Automatic
vacuum pumping sequence and automatic venting. 6) Microprocessor-based
feedback-controlled constant current power supply (0-200 A) for
evaporating carbon rods with vacuum safety interlock. 7) Automatic and
manual evaporation control. 8) Digital timer/voltage setting display.
9) Rapid evaporation source offset adjustment. 10) Precision
rotary/planetary/tilting sample stage with variable speed control and
variable tilting (0-90 degrees) able to coat multiple one inch mounts
and half inch pin stubs simultaneously. 11) Integrated thickness
monitor system with thickness terminating feature. Resolution of at
least 0.1 nm for carbon and a densityrange of 0.5 to 30 gm/cc. Includes
spare thickness monitor crystals. 12) Modular sample chamber with
aluminum alloy rings and borosilicate glass spacers. With telescopic
top plate support for rapid working distance adjustment and top plate
port for insertion of metal evaporation fixture. 13) Capable of
automatic coating sequence in less than 3.5 minutes with a minimum
vacuum of 10-4 mb under normal operating conditions. 14) System
operates on 115 volts AC without the need for water supply or
compressed air. 15) System is of benchtop design. 16) Includes 50
preshaped carbon rods. 17) Includes rotary pump exhaust mist filter.
18) Includes metal evaporation fixture and power supply. CLIN 0002 1
each. Metal Sputter Coater Unit (Cressington Model 208HR): 1) Sputter
coating system includes a molecular drag pump backed by a mechanical
rotary pump mounted on an anti-vibration table. 2) Fully integrated all
metal vacuum pumping system with minimum 7.5 liter/sec molecular drag
pump, 2 cubic meter per hour rotary pump and quick connect flange
system. 3) 57mm diameter magnetron sputter head. 4) Precision needle
valve for control of Argon gas. 5) Automatic vacuum pumping sequence
and automatic venting. 6) Microprocessor-based feedback-controlled
constant current power supply (0-80 mA) with vacuum safety interlock.
7) Independent power and pressure adjustments. 8) Automatic and manual
sputtering control with pause feature. 9) Digital timer/mA setting
display. 10) Adjustable target to shutter distance. 11) Precision
rotary/planetary/tilting sample stage with variable speed control and
variable tilting (0-90 degrees) able to coat multiple one inch mounts
and half inch pin stubs simultaneously. 12) Integrated thickness
monitor system with thickness terminating feature. Resolution of at
least 0.1 nm for carbon and a density range of 0.5 to 30 gm/cc.
Includes spare thickness monitor crystals. 13) Modular sample chamber
with aluminum alloy rings and borosilicate glass spacers capable of
rapid working distance adjustment. 14) Capable of automatic coating
sequence in less than 5 minutes under normal operating conditions. 15)
System operates on 115 volts AC without the need for water supply or
compressed air. 16) System is of benchtop design. 17) Includes
chromium, platinum/palladium, gold and gold/palladium sputtering
targets. CLIN 0003 1 set of operational and maintenance manuals for
CLIN 0001-0002 The Government shall have the right to reproduce the
manual for internal use; CLIN 0004 Installation & Set-up 1 lot; CLIN
0005 Capability Demonstration 1 lot. The National Institute of
Standards & Technology (NIST) intends to obtain a Carbon Coater Unit
and Metal Sputter Coater Unit consisting of the specifications
identified above. The Government requires these benchtop units with
modular sample chamber and integrated thickness monitor and
turbo/molecular drag pumping without any water or compressed air
requirements. These units will be used to put high quality conductive
thin films on specimens and research materials in support of standards
research and other agency contracts. Required delivery within 90 days
after contract award. The Government requires installation, set-up, a
capability demonstration, and on-site training one-week after
delivery. The contractor shall perform a capability demonstration after
installation and set-up. The contractor shall produce a product sample
identical to the product sample provided with the Contractor's
proposal. The capability demonstration shall include: a) a
demonstration that the units are capable of producing the same quality
coatings on-site as was submitted with their proposal. (The Government
will provide the substrates for this demonstration). These samples will
be examined by field emission SEM for continuity, homogeneity, grain
size, and reduction of charging artifacts. b) The films will be
examined by field emission TEM for grain size, electron probe for
contaminants, and time-of-flight SIMS for carbon purity and hydrocarbon
contaminants and c) the contractor shall demonstrate that the units
meet or exceed all specifications. The units shall successfully pass
the capability demonstration before final acceptance. The Government
requires a 12-month warranty. Warranty shall begin when the system has
passed acceptance testing. On-site services shall be provided for a
period of 12 month after acceptance. On-sites services shall include a
maximum of 2-business day's turnaround from call to on-site services
during the warranty period. FAR 52.247-35 FOB Destination, With
Consignee's Premises, Delivery location is National Institute of
Standards and Technology, Building 222, Room A148 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. The
technical factor "Meeting or Exceeding the Requirement the requirement"
is worth slightly less than three-fourths of the total point score.
Experience and Past Performance factors are equal in weight and are
worth slightly less than one-sixth each of the total technical points.
All evaluation factors other than price, when combined are
significantly more important than price. 1) Meeting or Exceeding the
Requirement. Evaluation of this subfactor will be based on the
information provided in the technical proposal. a) The carbon
evaporator shall provide high quality, reproducible, fine-grain-sized,
4 to greater than 50 nm electrically conductive carbon thin layers
(coats) that have no detectable contaminant elements and minimal
hydrocarbon concentration. These coats shall enable high quality
electron microscope imaging and electron microprobe analyses to be
performed on their underlying specimens. The evaporator shall use
carbon rods, not carbon "ribbons" or "yarn" as a source. b) The sputter
coater shall provide the capability of coating specimens with 2 to
greater than 50 nm electrically conductive layers of ultra-fine-grained
(less than 1-5 nm) Cr, Au, Pd, Pt, Au-Pd, Cu and other elements. These
coats shall have no detectable contaminant elements (except minor Ar
or Xe from the sputtering gas) and minimal hydrocarbon contamination.
The metal coats shall have minimal oxidation immediately following
deposition and venting of the coater. These coats shall enable highest
quality electron microscope imaging (with field emission instruments)
and high quality electron microprobe analyses to be performed on their
underlying specimens. The sputter coater shall have an electronically
controlled valve backing the gas inlet needle valve, permitting
automatic operation at the correct gas bleed pressure. c) The
instruments shall be clean-pumped with a fast pumping system, e.g.,
turbomolecular or molecular drag pumping. No oil diffusion pumped
system will be considered. d) The systems shall be of table-top design
and shall require minimum special utilities. Requiring circulating or
chilled water service shall be considered a major negative feature. e)
The instruments shall have accurate means to measure coat thickness and
maintain its reproducibility from coating to coating. f) The
instruments shall be nearly or completely automated in operation. g)
The instruments shall be of modern (microprocessor-controlled) design
and have an active current user base, including laboratories known to
the NIST technical evaluators as doing high quality electron microscopy
and quantitative x-ray microanalysis. h) The instruments shall have
relatively small sample chambers (although large enough to high quality
coating). Chambers are preferentially of cylinder design rather than
domed "bell jar" design. It is desirable that more than one size
(height) cylindrical specimen chamber be supplied as standard equipment
with the systems. i) The instruments shall have high quality
"planetary-rotation" stages, so that samples can be tilted and rotated
about their own axis during stage rotation about a central axis to
help provide for more uniform coating. 2) Experience. The Government
will evaluate this factor or information provided in the technical
proposal that demonstrates that the offeror has developed and delivered
similar items. 3) Past Performance. Evaluation of this factor will be
based on the references provided IAW FAR 52.212-1(b)(10). In accordance
with FAR 52.212-1(d) offeror shall submit 3 product substrates, (a 10nm
evaporated carbon film, a 5nm sputtered chromium film, and a 10nm gold
film with date of each film included) with their response to this
requirement. The Offerors shall contact NIST, Contracts Office, Brenda
Lee, and telephone number identified above to obtain a substrate. The
substrate will be mailed to the offeror by first class mail. The offer
shall be responsible for requesting the substratein a timely fashion so
that it can be submitted by the due date identified for receipt of
responses. The Government will evaluate this information and product
sample provided by the Offeror in response to the Request for Quotation
(RFQ) Offerors must provide a list of at least 3 references of each
unit confirming the installation and use of these units. Offerors shall
comply with the provision at FAR 52.212-1(b) and submit 1) Three (3)
copies of quotation which addresses CLIN 0001-0003; 2) three (3) copies
of technical description of the items being offered in sufficient
detail to evaluate compliance with the requirements in this
solicitation and a copy of the term and condition of the proposed
warranty; 3) Offeror must include the product sample with their
proposal. 4) Two (2) copies of the most recent published price list(s);
And 5) 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. 6)
Similar Experience. 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
53SBNB860133. Submission must be received by 3:00 p.m. Eastern Time on
September 4, 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. See Number Note 1. Posted 08/21/98 (W-SN240341).
(0233) Loren Data Corp. http://www.ld.com (SYN# 0309 19980825\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|