COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS
66 -- COMPUTER-OPERATED/PROGRAMMABLE SURFACE PROFILING INSTRUMENT
- Notice Date
- July 5, 2001
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- SB1341-01-Q-0869
- Response Due
- July 17, 2001
- Point of Contact
- Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884, Email anita.tolliver@nist.gov -- Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, Email tamara.grinspon@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this acquisition is unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a Computer-Operated/Programmable Surface Profiling Instrument. All interested offerors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) Computer-Operated/Programmable Surface Profiling Instruments which shall meet the following specifications: 1) 200 x 200 mm X-Y sample positioning programmability, 2) At least a 210 mm diameter sample stage with fixturing pins for 200 mm and 150 mm wafers with manual theta rotation, 3) Programmable stylus force from 1.0-15.0 mg, 4) Dual switchable optics for sample viewing at 1.0 mm field of view and 10.0 mm field of view, 5) Scan length range of at least 50 microns to 50 mm, 6) At least 30,000 data points per scan aquired, 7) Computer control with following minimum computer specifications: a. Intel Celeron CE certified 333 MHz, b. 66 MHz bus, 32 Mb RAM, 4 Gb IDE hard drive, c. Standard IDE CD-ROM and a 3.5 inch floppy drive, d. Video capture capabilities, e. 101 keyboard with trackball interface, f. Microsoft Windows 98 interface, g. 15 inch flat screen monitor with adjustable stand, 8) Environmental shield plexiglass cover, 9) Vertical step resolution of at least 1 Angstrom, 10) Stylus radius of curvature of 12.5 microns and 0.2 microns, 11) Programmable x-y translation stage to automate profiling of 2 dimensional surface, 12) Ethernet card for PC networking, 13) Load range from 0.03 mg to 15 mg, 14) Sample thickness of 1 inch maximum, 15) Vertical range of 262 microns, 16) Vacuum chuck to hold 150-200 mm wafers, 17) Vibration isolation table with a 30"W x 30"D table top, and 18) 3D Image and Analysis Software to plot 3D contour maps and cross-section profiles ; Line Item 0002: Warranty (Please state the warranty coverage provided in your quote.), Quantity: Minimum of one (1) year. Line Item 0003: Delivery FOB Destination: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the purchase order; and pay and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Delivery shall occur within 30 days after receipt of the purchase order. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical capability to meet agency need, 2) Past Performance and 3) Price. Technical capability and past performance when combined are more important than price. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19 Child Labor -- Cooperation With Authorities And Remedies; (19) 52.225-3, Buy American Act -North American Free Trade Agreement -- Israeli Trade Act -Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of two (2) contracts/purchase orders completed during the past three years for similar equipment with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office, and telephone number, and program manager and telephone number and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Anita Tolliver, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. local time on July 17, 2001. Faxed offers will not be accepted
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-01-Q-0869/listing.html)
- Record
- Loren Data Corp. 20010709/66SOL004.HTM (D-186 SN50R000)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|