SOLICITATION NOTICE
66 -- South Bay Ion Beam Sputter Deposition & Etching System
- Notice Date
- 3/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-NOI-RML-6018
- Response Due
- 4/10/2006
- Archive Date
- 4/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with South Bay Technology, for an Ion Beam Sputter Deposition and Etching System, in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML #6018. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07 dated 2/2/06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 339111 and the small business size is 500. SCHEDULE: The National Institute of Allergy and Infectious Disease (NIAID), Rocky Mountain Laboratories (RML), has been charged with supporting basic research contributing to the development of diagnostic reagents, therapeutics and vaccines against human bacterial pathogens. The RML currently has a need for an Ion Beam Sputter deposition and etching system. The contractor shall provide to the RML, an Ion Beam Sputter deposition and etching system, which is compatible with existing internal, on site equipment and technologies. This Ion Beam Sputter deposition and etching system shall be compatible with existing Ion Beam Sputter deposition and etching systems and other supporting EM equipment in the RML Unit. The Ion Beam Sputter deposition and etching system shall include an integral work chamber with independent rotate and tilt specimen stage for etching and sputter deposition. The Stage shall have 9(nine) different tilt motions with +,-, 99? tilt range, selectable in 1? increments. Rotation speed shall be continuously adjustable. Tilt and rotation motions shall be provided in sputter deposition or etching positions. A sight window in the hinged chamber shall be available and provide a clear view for seeing specimen, target and beam striking locations. Sputtering or etching shall be capable of being terminated when the ion source HV power supply receives a signal from the preset/elapsed timer and/or preset film thickness from the QC thickness monitor. Two sputtering targets, two ion sources and a blanked port for an optional 3rd etching ion source shall be provided. 250L/s TMP/D pump shall be included which shall produce a hydrocarbon-free high vacuum. Chamber N2 venting shall be available and be able to automatically shut off with a cold cathode gauge digital display available to display pressure from 5x10-3 to 5x10-8 Torr. Standard 1 ? and 2 inch platform specimen carries shall be supplied. A specimen carrier designed to hold specimen stubs for a particular EM shall be provided. Iridium and carbon targets and KBr scintillator for beam observations shall be supplied. Initial spares pack shall be supplied. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; FAR52.246-2 Inspection of Supplies Fixed Price. FAR52.204-9 Personal Identity Verification of Contractor Personnel. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price and past performance. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 4/10/06. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN01014178-W 20060326/060324211928 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |