|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168DOC; Mountain Administrative Support Center; Acquisition Management
Division; 325 Broadway MC3; Boulder, CO 36 -- MICROWAVE PROBING SYSTEM SOL 51RANB80C025 DUE 090998 POC
Procurement Technicians, 303/497-3221 E-MAIL: NOAA; MASC Acquisition
Management, Brenda.S.Summers@noaa.gov. 36 -- 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; bids are being requested and a written solicitation
will NOT be issued. The solicitation number is 51RANB80C025 and is
issued as a sealed bid (IFB). The National Institute of Standards and
Technology (NIST) requires an on-wafer microwave probing system. The
probing system shall be a complete stand-alone system as delivered with
accessories required for operation. In addition, the probing system
shall be assembled, installed and appropriate on-site training
provided. Probe Station/Base Assembly: The chuck shall accommodate an
8 inch (200 mm) wafer, shall have at least two independently controlled
hold down zones, 360 degrees of rotation, and be mounted on a travel
stage with no less than 5 inches (125 mm)of controlled translation
along both the X and Y axes. A liftable platen (greater than 5 mm (0.2
in) range) shall allow repeatable (less than plus/minus 5 microns (0.2
mils)) Z axis movement of all probes simultaneously as a contact
separation stroke. The platen shall have less than 2 mils (51 microns)
of deflection for 10 lbs. (4.5 kg) of lateral or vertical force. The
probe station shall allow a bridge-mounted microscope. It shall also
accommodate a minimum of four boltdown probe positioners to allow at
least 200 mm (8 in.) travel range. A slot mount or other comparable
configuration that allows change of placement with minimal disturbance
to the probe is required. Probe Arms/Positioners: The probing system
shall include two probe arm/positioner units for simultaneous wafer
probing (2-port configuration). The positioner travel in the X, Y, and
Z axes shall be at least 10 mm (0.4 in.) (micrometer driven), the
resolution must be better than 0.5mm (0.02 in.) per revolution, and the
range of probe planarization shall be at least plus/minus 5 degrees.
Due to compatibility with other projects, the probe arms shall be
compatible with Cascade Microtech GSG series probe heads. Microscope:
The microscope is to be an A-Zoom 40X microscope (AZM). This shall
include motorized zoom, high resolution video camera, fiber optic
illuminator, manual focus block, and power supply. In order to be
compatible with other projects, one Mitutoyo 5X objective lens is also
required. Video System: One 14 inch (35 cm) (diagonal minimum)
500-line color video monitor with all mounting hardware cables. Thermal
Enclosure/Thermal Chuck/Thermal Controller: One thermal enclosure with
EMI and light isolation. The enclosure shall accommodate dry air/inert
purging to prevent condensation, use of microscope and access to probe
positioners and wafer during measurement. To reduce errors due to
additional connectors, the enclosure shall allow for direct connection
of precision 3.5mm (0.14 in.) coaxial cables from the microwave test
set to the probe heads. The thermal chuck shall operate between -65 to
200degrees C and accommodate an 8 inch (200 mm) wafer. The temperature
accuracy shall be better than plus/minus 0.5 degrees C and the
temperature stability shall be than plus/minus 0.1 degrees C. The
thermal controller shall have a front-panel and IEEE-488 port for
computer interface. Thermal controller shall be contained in a cabinet
for easy portability. Accessories: Due to compatibility with other
projects and traceability to prior measurements, Cascade Microtech
probe heads are required. These include two Cascade Microtech
ACP40-GSG-100 probe heads and two Cascade Microtech ACP40-GSG-150 probe
heads; coolant for the thermal controller; one vacuum pump that is
appropriate for the chuck size; one contact substrate; one probe
station dust cover; and one set of manuals. All elements shall be
compatible with 120 VAC operation. Minimal thermal, sonic, and
vibration interference with the laboratory environment is required.
Warranty: A minimum of one-year warranty is required. This solicitation
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-07. This acquisition is unrestricted.
Standard Industrial Classification Code is 3559. Small business size
standard is 500 employees. Delivery shall be no later than 120 calendar
days after Contractor's receipt of notice of award. Delivery shall be
F.O.B. Destination to NIST, Building 22, 325 Broadway, Boulder,
Colorado 80303-3328. Forms and clauses stipulated herein may be
downloaded via the Internet's World Wide Web at the following address:
http://www.arnet.gov/far/. Interested parties are responsible for
accessing and downloading documents from that (or any other) site.
Firms who have no access to the Internet may call 303/497-3221 and ask
for copies of the combined synopsis/solicitation to be either mailed
or faxed to them. The following provisions and clauses apply to this
solicitation: FAR 52.212-1 (provision), "Instructions to Offerors --
Commercial Items"; FAR 52.212-3 (provision), "Offeror Representations
and Certifications -- Commercial Items" (NOTE: Offerors shall include
with their offers a completed copy of the provision at FAR 52.212-3.);
FAR 52.212-4 (clause), "Contract Terms and Conditions -- Commercial
Items"; FAR 52.212-5 (clause), "Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items"
including the following additional FAR clauses in paragraph (b):
52.203-6, 52.203-10, 52.219- 8, 52.219-23(10%), 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225- 9, 52.225-18, and 52.225-21.
Award will be made to the low, responsive, responsible bidder. Signed
and dated sealed bids are due no later than 3:00 P.M. (Mountain Time)
on September 9, 1998, and shall be mailed to BID DEPOSITORY, DOC, MASC,
MC3, Acquisition Management Division, Room 5532, 325 Broadway, Boulder,
CO 80303-3328. Posted 08/25/98 (D-SN241637). (0237) Loren Data Corp. http://www.ld.com (SYN# 0288 19980827\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|