Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
SOLICITATION NOTICE

44 -- Materials Research Furnaces, Inc. Model T-6x2-GG-1800 VG Top Loading Vacuum Furnace or Equal

Notice Date
6/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W71B7J-3093-M101
 
Response Due
6/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
Christi Winkler, 301-394-3385
 
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(cwinkler@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA (i)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; proposals ar e being requested and a written solicitation will not be issued. (ii) The solicitation number is W71B7J-3093-M101. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 333994. The small business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). CLIN No. 0001, DESCRIPTION: Materials Research Furnaces, Inc. Model T-6x2-GG-1800 VG Top Loading Vacuum Furnace or Equal based on Salient Characteristics in accordance with Description of requirements below. , Qty: 1, Unit: LO (vi) Description of requirements: C.1 Overview: The required system is to be a commercially available high temperature furnace, with proven capabilities, for performing high temperature (C.2.1.6) operations under vacuum. The system shall be computer controlled to enable consistent tempe rature ramps and to maintain a preset temperature. The system shall also include vacuum control equipment to maintain a preset vacuum with varying gas flows. The system shall be capable of handling 100mm diameter wafers and shall be equipped for inert an d 5% H sub2 forming gas operations. C.2 Requirements and Specifications: C.2.1 The contractor shall provide a high temperature furnace with microprocessor control as follows: C.2.1.1 Top loading configuration. C.2.1.2 The system shall provide a work area that can handle 100mm diameter substrates. C.2.1.3 Viewing window in chamber lid C.2.1.4 Pressure/vacuum gauges and display C.2.1.5 Hot zone with a cylindrical Graphite heating element, heat shield insulation and hearth. C.2.1.6 Operating temperature up to 1800 Deg. C. C.2.1.7 The contractor shall provide over-temperature control to prevent damage in the event of a controller failure. C.2.1.8 Temperature control +/- 10 Deg. C or better via programmable temperature ramps C.2.1.9 Temperature uniformity across chuck of +/- 10 Deg. C or better C.2.1.10 The system shall provide for accurate flow control of inert or 5% H sub2 gases. C.2.1.11 The system shall have a manual vacuum system for 10 neg 2nd power Torr evacuation. C.2.1.12 The system shall provide electronic methods to maintain a preset vacuum level in the chamber during operation. C.2.1.13 The system shall provide for unattended operation through computer controlled automated runs, alarms, recipe control, data-logging. C.2.1.14 The system shall provide a minimum temperature ramp rate of 150C per minute. C.2.1.15 Chassis to be compatible with a Class 100 clean room environment. C.3 The contractor shall provide a list of facility requirements so that the facility can be prepared for the system. The Government will notify the contractor two (2) weeks prior to installation that the facility has been configured for installation. T he contractor shall install the furnace in the facility and shall demonstrate full conformance to the requirements and specifications as required by this Statement of Work. C.4 Documentation: The contractor shall provide two (2) complete sets of the operator and maintenance manuals. At least one of these sets shall be provided on cleanroom suitable material. C.5 Maintenance and Service: The contractor shall provide technical support via telephone during business hours (8:00 AM to 5:30 PM EST) for a period of twelve (12) months. The contractor shall be able to provide service calls with required repair parts withi n 48 hours from notification. (vii) Delivery is required by 17 Oct 03. Delivery shall be made to the Army Research Laboratory, ATTN: Shipping & Receiving, Bldg. 102, 2800 Powder Mill Road, Adelphi, MD 20783. Inspection and Acceptance shall be performed at the Army Research Labo ratory, Adelphi, MD by an authorized Government representative after installation of the furnace in accordance with Para. C.3. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The specific evaluation criteria is application to this acquisition: BRAND NAME OR EQUAL and EVALUATION/AWARD INFORMATION (As used in this paragraph, the term 'brand name' includes identification of products by make and model.) (a) If items called for by this Request for Quotation have been identified in the Schedule by a 'brand name or equal' description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteris tics of products that will be satisfactory. Quotes offering 'equal' products, including products of a brand name manufacturer other than the one described in the Schedule, will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements referenced in the Statement of Work. (b) Unless the offeror clearly indicates in his proposal that he is offering an 'equal' product, his proposal shall be considered as offering the brand name product referenced in the Schedule. (c) (1) If the offeror proposes to furnish an 'equal' product, the brand name, if any, of the product to be furnished, or such product shall be otherwise clearly identified in the quote. The evaluation of quotes and the determination as to equali ty of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its quote. CAUTION TO OFFERORS. The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to insure that sufficient information is available, the offeror must furnish , as a part of its quote for an 'equal' product , all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to (i) determine whether the product offered meets the salient characteristics requirements of the Request for Quotation and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwi se available to the purchasing activity. Descriptive material is not required if the offeror is proposing the 'brand name' specified in the schedule. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the Request for Quotation, he shall (i) include in his proposal a clear description of such proposed modifications and (ii) clearly mark any descrip tive material to show the proposed modifications. (d) Using the information set forth in the offerors quote, the Government will determine if the proposed item meets the requirements of the statement of work/salient characteristics. Failure to the meet the statement of work /salient characteristi cs could result in the rejection of the quote. Any offeror whose proposed item(s) do not meet the requirements of the statement of work/salient characteristics or is not found susceptible of meeting the requirements will receive no further consideration. At its discretion, the Government may require the offeror to provide proof of capability to perform to the specifications by having the offeror demonstrate to Government personnel that its proposed equipment will meet the Governments requirements. The Government will provide suitable substrates to be tested in the system. Government may also solicit references from customers using the proposed equipment as proof of suitability of t he equipment to the Governments needs. (e) In order to clarify uncertainties and ambiguities, written or oral discussions may be conducted with all offerors where there is doubt as to compliance with the specifications. Such offerors will be advised of uncertainties and ambiguities and given an opportunity to clarify the same. However, the Government reserves the right to award on the basis of initial quotes submitted and is not obligated to give an offeror that could be considered susceptible of meeting the requirements the opportunity to clarify or improve their quote. (f) AWARD MAY BE MADE WITHOUT DISCUSSION. Accordingly, each offeror's quote shall be complete and submitted on the most favorable terms from a price and technical standpoint. Award will be made to that offeror whose written quote is determined to meet the statement of work/salient characteristics. Evaluation will include not only the quality of the heating operations but also uniformity and the ease of obtaining consistent results, therefore award may be made to other than the lowest offeror (incl uding options, if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. See http: //w3.arl.army.mil/contracts/opport.htm (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219- 4, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-3552.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-33 and 52.232-36. (xiii) The following additional contract requirements apply to this acquisition: 52.032-4408 Distribution of Invoices with Receiving Report (DFAS-OPLOC) (SEP 1999), 52.032-4418 Tax Exemption Certificate (SEP 1999), 52.005-4408 Foreign Nationals Perform ing Under Contract (DEC 2002), 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entites Holding Army Contracts (MAR 2003), 52.011-4401 Receiving Room Requirement ALC (SEP 1999) 52. 037-4400 Supervision of Employees (AUG 1999), 52.037-4402 Vehicle Registration (AUG 1999), and 52.037-4403 Work Hours (AUG 1999). For a full text copy of the referenced clauses, see http://w3.arl.army.mil/contracts/kosol.htm. (xv) Applicable Numbered Note: See Note No. 1. (xvi) Offers are due on 30 June 2003, by 2:00 P.M., issuing office local time, via email to solicitation.response@arl.army.mil . Include Requisition No. W71B7J-3093-M101 in subject line. (xvii) For information regarding this solicitation, please contact Christi Winker, telephone number (301) 394-3385.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD17/W71B7J-3093-M101/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00344292-F 20030612/030611071242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.