SOLICITATION NOTICE
66 -- SEMICONDUCTOR CHARACTERIZATION SYSTEM (SCS)
- Notice Date
- 7/30/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC04074905Q
- Response Due
- 8/10/2004
- Archive Date
- 7/30/2005
- Point of Contact
- Michael J. Kinkelaar, Contract Specialist, Phone (216) 433-2736, Fax (216) 433-2480, Email Michael.J.Kinkelaar@nasa.gov
- E-Mail Address
-
Email your questions to Michael J. Kinkelaar
(Michael.J.Kinkelaar@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. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotation (RFQ) for: Item 1, One (1) Semiconductor characterization system, Item 2, Two (2) High power source-measure units, Item 3, One (1) Remote pre-amp Opt, Item 4, Two (2) Transport cases for SCS, Item 5, Six (6) IEEE488 cable, 1M, Item 6, One (1) IEEE488 cable, 2M, Item 7, One (1) Shielded GPIB cable 0.5M, Item 8, Two (2) Shielded GPIB cable 1.0M, Item 9, Two (2) M Triax FEM BNC adapter, Item 10, One (1) Hi Voltage Source Meter, Item 11, One (1) 1kW pulse sourcemeter, Item 12, One (1) 5A sourcemeter, Item 13, One (1) CV Meter, Item 14, One (1) Programmable voltage source, Item 15, One (1) Quasistatic CV meter, Item 16, One (1) Remote input coupler, Item 17, One (1) Calibration sources, Item 18, Up to three (3) year repair service, Item 19, Up to three (3) year calibration service. Semiconductor Characterization System minimum specifications: The system shall include all components necessary for complete system operations including a base workstation containing four source measure units (SMU), three external source meters, and an external simultaneous capacitance-voltage (CV) measurement system with a quasistatic CV meter. All necessary cables, software, fittings and connectors needed for system operation shall be provided. Paragraph 1, 2 and 3 which follow make up a subsystem and shall be provided with up to a three (3) year repair and calibration service. 1.The base station shall consist of a computer system running Windows XP software mounted in a mainframe cabinet with slots for eight internal SMUs. The base station shall include a twelve inch diagonal display monitor and a connection for an external SVGA monitor. There shall be ports provided for RS-232, IEE-488, 10/100 Ethernet and USB communications connections. A forty gigabyte hard disk drive and a CD/RW disk drive shall be included in the base station configuration. There shall be a keyboard and pointing device provided. 2.Four internal SMUs shall be included. SMU 1 shall have the capability to measure current in twelve ranges from one picoamp to one hundred milliamps full scale. SMU1 shall source and measure voltage in four ranges from two hundred millivolts to two hundred volts full scale. SMU1 shall be provided with a remote pre ?amplifier and two meter extension cable to extend resolution to 0.01 femptoamps. SMU2 shall measure current in seven ranges from one hundred nanoamps to one hundred milliamps full scale. Four voltage ranges shall be provided for measuring and sourcing from two hundred millivolts to two hundred volts. SMUs 3 and 4 shall be identical and shall provide eight current ranges for sourcing and measuring from one hundred milliamps to one amp full scale. Four voltage ranges shall be provided for sourcing and measuring from two hundred millivolts to two hundred volts full scale. 3.The mainframe unit shall include software which will drive all attached SMUs and the CV system. Plotting functions shall be provided in the software allowing linear, semi log and log/ log graphs to be produced. The software shall allow point and click configuration of all SMUs and the CV system. The software shall be capable of running test scripts and conducting analysis simultaneously through multitasking. A library of common semiconductor test routines, example projects and scripts shall be included. A built in spread sheet program shall be included for data analysis and export. 4.Three external source meters shall be provided. External source meter 1 shall have a high voltage capability for sourcing and measuring from one microvolt to one thousand one hundred volts. Output power shall be twenty watts or greater. Current measurement ranges shall be provided to cover the range from ten picoamps to one amp. Resistance ranges shall be provided to measure from 0.2 Ohms to two hundred million Ohms. External source meter 2 shall be capable of high power pulsed mode operation. Power output shall be one hundred watts or greater. Voltage ranges for source and measure shall be provided to cover the range from +/- one microvolt to +/- one hundred volts. The source meter shall have current ranges from +/- one picoamp to +/-three amps. External source meter three shall have a power output of fifty watts. The external source meter shall have voltage ranges from +/- one microvolt to +/- forty two volts. Current ranges shall be provided to cover the range from +/- 100 picoamps to +/- five amps. Resistance measurement capability shall be provided to cover the range from two Ohms to two hundred million ohms. 5.An external CV measurement system shall be fully integrated with the mainframe under software control. The CV system shall have the capability to make measurements of capacitance versus voltage, current and time. The CV system shall include software and hardware needed to make oxide charge characterizations and junction doping profiles. The CV system shall include a programmable voltage source with voltage ranges from one hundred millivolts to one hundred volts and selectable current limits of +/- two, twenty and one hundred milliamps. The system shall include a quasistatic CV meter for measurements on metal insulator semiconductor devices. The capacitance measurement ranges shall extend from twenty nanofarads to two hundred picofarads. Resolution shall be one picofarad on the twenty nanofarad range and ten femptofarads on the two hundred picofarad range. The system shall include a built in graphic plotter driver and shall include IEEE-488 communications capability. Five one point two meter low noise BNC cables, three point six meter RG-58C to BNC cables, two one meter IEEEE-488 cables and a two meter shielded IEEE488 cable shall be included. CV calibration sources shall be provided and shall have capacitance values of 1.8 nanofarads, 470 picofarads, 180 picofarads and 47 picofarads. Calibration of these sources shall be traceable to the National Institute of Standards and Technology (NIST). 6.Re-useable shipping containers shall be provided for all equipment included in the semiconductor characterization system. These containers shall be durable and provide good protection and cushioning for the components of the semiconductor characterization system. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of contract or purchase order. Register at http://www.ccr.gov The provisions and clauses are in the RFQ are those in effect through FAC 01-24. The NAICS Code and the small business size standard for this procurement are 334515 & 500 employees respectively. The offer shall state in their offer their size status for this procurement. All qualified responsible sources shall submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 4 weeks After Receipt of Order (ARO). Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item(s) desribed above are due by August 10, 2004, 4:30 P.M. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number(TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalogue price or computer page printout showing the price for Items 1 thru 19 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 offeror provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Faxed offers are not acceptable. Offerors shall provide the information required by FAR 52.212-1(Jan 2004), Instructions of Offerors-Commercial which is incorporated by reference. If the end product(s) quoted 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. 52.212-4 (Oct 2003), Contract Terms and Conditions - Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. 52.212-5 (May 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: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. _X_ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). _X_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332).__ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 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 Questions regarding this solicitation must be submitted in writing to Michael Kinkelaar(e-mail:michael.j.kinkelaar@nasa.gov, fax 216 433-2995) not later than August 4, 2004. Telephone questions will not be accepted. Selection and award will be based upon the lowest priced technically acceptable offer. Technical acceptability will be determined by review of information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their effort.(See 52.212-1 (b)(4)). 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://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#111506)
- Record
- SN00634243-W 20040801/040730213000 (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 |