Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

59 -- LASER TRIMMING SYSTEM SOL RFO3-123676 DUE 060899 POC Michael J. Kinkelaar, Contract Specialist, Phone (216) 433-2736, Fax (216) 433-2480, Email Michael.J.Kinkelaar@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFO3-123676. E-MAIL: Michael J. Kinkelaar, Michael.J.Kinkelaar@grc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This notice is being issued as a Request For Offer (RFO) for : Delivery of 1 Complete Laser Trimming System in accordance with the following Specifications: LASER TRIMMING SYSTEM SPECIFICATIONS SYSTEM DESCRIPTION The system is intended to function as a trimming system for adjusting the resistance of thin sputtered films of various metal alloys. The system shall consist of a laser, a positioning system for moving the beam and/or sample, a video viewing system, and a computer control system. SAMPLE DATA The sample substrate will vary in size from as large as 2"x12"x0.5" to as small as 0.25"x0.25"x0.010". Also the substrate may be non-flat (a curved surface). However the area to be trimmed will be expected to be flat in the trimming area. The trim area will be limited to no more than 0.5"x0.5". The alloys to be trimmed will include platinum-13% rhodium, palladium-13% chrome, pure platinum, and other unspecified metal alloys. The thickness of the alloys will range from 0.1 microns to 20 microns. The substrate material for the thin films will range from aluminum oxide to silicon carbide ceramic matrix composites to super alloys such as MARM-200. LASER and OPTICS The laser shall be of such a size (output power, pulse repetition rate, pulse width and wavelength) to perform the necessary trimming and cutting operations as described above. These operations shall be performed by the laser at no more than 75% of maximum power. That is to say, the laser shall have at least 25% margin left for performing the trimming/cutting operations. The laser shall be capable of operating in the infrared (IR) and green spectrum. The change over from IR to green and back shall not require more than one hour of setup time by the operator. The laser power to the sample shall be computer controlled and adjustable by the operator. The optics shall be sized to produce a "spot size" as small as 2 microns and as large as 20 microns (under computer control). The optics shall be usable in both the IR and green spectrum. POSITIONING SYSTEM The positioning system shall be capable of holding a 12"x12" sample onto a vacuum chuck. The vertical space (z-axis) for the sample shall be at least 6". The overall course travel shall be 12"x12" (X and Y axis) with an accuracy of at least 0.001". In addition there shall be a fine positioning system capable of positioning the spot on the sample within 3 microns. The vacuum chuck shall be capable of manually rotating the sample 360 degrees. The position of the beam focus (z-axis) shall be computer controlled over a range of at least 0.5". VIEWING SYSTEM The viewing system shall consist of a video camera, monitor, and associated optics. The system shall be capable of viewing the sample's surface while trimming is taking place. The field of view shall be 1"x1" for low-resolution, 0.3"x0.3" for medium-resolution 0.05"x0.05" for high-resolution, and 0.01"x0.01" for super-high-resolution viewing. The field of view shall be capable of being switched from the low-resolution to the super-high-resolution view by computer control. COMPUTER The computer shall be used to control all aspects of the trimming and cutting operation including measuring the sample parameters (i.e. resistance). The computer shall be capable of making programmed cuts and/or trims automatically. The computer shall have a built in multimeter with the capability to make 2 and 4 wire resistance measurements from 1 ohm to 10 megohms with an accuracy of at least 0.5% of full scale. DELIVERY Delivery is 90 days after receipt of order The provisions and clauses in the RFQ are those in effect through FAC 97-11. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3629 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to Glenn Research Center is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact at M.S. 500-306, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form foundat URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I ; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns;52.219-14, Limitation on Subcontracting;52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program 52.225-18, European Union Sanction for End Products; Glenn Research Center Clause: 52.239-90: Year 2000 Compliance (MAY 1998) Questions regarding this acquisition must be submitted in writing no later than June 1, 1999. Quotations are due by 4:30 p.m. June 8, 1999, to the address specified above and to the attention of Michael Kinkelaar at M.S. 500-306, NASA Glenn Research Center, 21000 Brookpark Road, Cleveland,Ohio 44135. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- CommercialItems with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 05/25/99 (D-SN335277). (0145)

Loren Data Corp. http://www.ld.com (SYN# 0253 19990527\59-0005.SOL)


59 - Electrical and Electronic Equipment Components Index Page