Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
SOLICITATION NOTICE

66 -- USED TURBO-PUMPED SPUTTER DEPOSITION SYSTEM

Notice Date
3/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA04ZAZ50870
 
Response Due
4/7/2004
 
Archive Date
3/23/2005
 
Point of Contact
Robin L Wong, Purchasing Agent, Phone (650) 604-0089, Fax (650) 604-0270, Email rwong@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Robin L Wong
(rwong@mail.arc.nasa.gov)
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for One (1) used turbo-pumped sputter deposition system. Specifications: The system must include: a. 2 - 2" sputtering cathode assemblies b. 1 - 4" sputtering cathode assembly c. conflat servo throttling valve with control d. conflat air-operated gate valve with control e. will need to be able to accommodate customer supplied 8" cryo-pump f. Advanced energy 600 W RF power supply (tested prior to delivery) g. Advanced energy 600 W RF matching network with tuning power supply (tested prior to delivery) h. Substrate heating i. Ar, N2, and O2 gas manifolds j. Built-in power distribution k. Rotating substrate holder/stage The system must accommodate 2"-4" substrates (with 2 to 4 substrates per batch). Vendor must provide one day of onsite service to install the unit and integrate customer-provided equipment (such as gauges, cryo-pump, etc.). The provisions and clauses in the RFQ are those in effect through FAC 01-20. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423490 and 100 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Ames Research Center is required within 14 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 9:00AM on April 7, 2004 and must 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. Offers may be mailed or faxed to: NASA Ames Research Center, Acquisitions Division for Aeronautics, M/S 227-4, Building 227, Room 119, Moffett Field, CA 94035-1000, Attn: Ms. Robin Wong, FAX: (650) 604-0270. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1852.223-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.225-33, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail to rwong@mail.arc.nasa.gov or fax: (650) 604-0270) to Robin Wong not later than March 31, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery lead time. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#109536)
 
Record
SN00552636-W 20040325/040323212339 (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.