SOLICITATION NOTICE
66 -- ION SOURCE SYSTEM
- Notice Date
- 4/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08187920Q
- Response Due
- 5/5/2008
- Point of Contact
- Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489
- E-Mail Address
-
Marilyn.D.Stolz@grc.nasa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1, Qty. 1, IonSource System IQE Model 12/38 or equal consisting of the following components:one gasinlet system GI-1 and one differential pumping package; ITEM 2, Qty. 1, Documentation;and ITEM 3, Qty. 1, System set up.The Contractor shall furnish Items 1 through 3 which shall meet the followingspecifications:ITEM 1: Ion Source System IQE Model 12/38 or equal1. Shall be supplied on a stainless steel UHV standard vacuum flange (2.75; DN35CF) andleak tested to a minimum of less than 1 x 10-10 mbar L/s.2. Shall be integrated with differentially pumped ion-gun with the following minimumrequirements:a. Scan area that is variable but not less than 10 x 10 mm.b. Current density variable with maximum at least 4 mA/cm2c. Primary energy variable from a minimum of 0.3 to a maximum of not less than 5 keVd. Ion current not less than 0.5A (5kV) at 125 micrometers beam diameter.e. Ion current not less than 7A (5kV) at 1000 micrometers beam diameter.f. Working distance of 20mm to 25 mm.3. Shall be standard 19 rack mountable in 4U or less and incorporate both power supplyand defection control electronics.4. Shall include readout/display for all status variables.5. Shall include gas inlet system with pressure reducing hardware, valves, pressuremanometers and high precision leak valve to monitor and meter the gas flow.6. Shall include all pumps, lines, and valves for differential pumping of item#6 with aminimum pumping speed of 70 Liters per minute (turbomolecular pump) and oil free backingpump with all metal isolation valves.7. Ion source assembly shall be completely compatible with existing Government ownedCreaTec-MBE system or equivalent and mounted on a standard OD 2,75 CF type stainlesssteel flange.a. Complete system shall be certified leak tested in Ultra High Vacuum to less than 1 x10-10 mbar L/s. ITEM 2: DocumentationOne set of manuals which may include but is not limited to user, system, troubleshooting,and maintenance.ITEM 3: System set upThe Contractor shall include all labor and travel expenses for system set up andperformance verification at NASA Glenn Research Center (GRC) within 2 weeks of delivery. The set up shall insure that Item 1 meets all functionality specifications listed in thisdocument. The actual set up date shall be via mutual agreement between the Governmentand the Contractor. Set up shall be performed Monday-Friday, non-federal holidays,during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.).The provisions and clauses in the RFQ are those in effect through FAC 05-24.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery of Items 1 and 2 shall be to the NASA Glenn Research Center, 21000 BrookparkRoad, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 60 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 May 5, 2008, 4:30 p.m. local time andmaybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland,OH 44135 and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard 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 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: None.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None.FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law forBreach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of PriceEvaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offerorelects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a);52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and(3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14));52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of SegregatedFacilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workerswith Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on SpecialDisabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212); 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d);52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations,and statutes administered by the Office of Foreign Assets Control of the Department ofthe Treasury); 52.232-34, Payment by Electronic Funds TransferOther than CentralContractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 or fax) to Marilyn D.Stolz not later than May 2, 2008. Telephone questions will not be accepted.Selection and award will be made on an aggregate basis to the lowest priced, technicallyacceptable offeror, with acceptable past performance. Technical acceptability will bedetermined by review of information submitted by the offeror which must provide adescription in sufficient detail to show that the product offered meets the Government'srequirement. Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=251f0bd5b8dbca367334be8b677d9b77&tab=core&_cview=1)
- Record
- SN01563683-W 20080502/080430220805-251f0bd5b8dbca367334be8b677d9b77 (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 |