Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOURCES SOUGHT

66 -- Plasma Vacuum Etch System

Notice Date
9/7/2012
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0129-SS
 
Archive Date
10/2/2012
 
Point of Contact
Krista Keighley, Phone: (937) 522-4539
 
E-Mail Address
Krista.Keighley@wpafb.af.mil
(Krista.Keighley@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing Plasma Vacuum Etch System. Firms responding shall specify that their company meets the specifications provided below and provide detailed product information to show clear capability. Additionally, sales history including recent sales to commercial companies should be included to determine commerciality. Technical Specifications: • Quartz process chamber, at least 10inches diameter and 18inches long • Quartz rail and rack • RF power supply, 0-300W at 13.56 MHz • System compatible with Oxygen, Argon and SF6 processing • One Oxygen mass flow controller capable of handling up to 1000 SCCM • One mass flow controller capable of handling SF6 and one mass flow controller capable of handling Ar, up to 450 SCCM for each • Automatic RF tuner for load match • Automatic process operation with multiple recipe capability • Automatic pressure control with vacuum gauge and supporting hardware • Dry pump capable of handling O2, Ar and SF6 • Touch panel interface • To include on-site commissioning and training, and shipping All interested firms shall submit a response demonstrating their capabilities to provide the required product to the Primary Point of Contact listed below. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and number of employees does not exceed 500. The NAICS Code to be used for this acquisition is 339999, All Other Miscellaneous Manufacturing. All interested firms are required to register with the System for Award Management (SAM) which is available at https://www.sam.gov to be considered for Government business. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.), and other decisions regarding acquisition strategy. Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities indicating examples of commercial sales. Responses may be submitted electronically to the following e-mail address: krista.keighley@wpafb.af.mil in a Microsoft word compatible format or mailed to AFMCLC/PKOAB POC: Krista Keighley, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 2:00 PM Local Time, Dayton Ohio, 17 September 2012. Direct all questions concerning this sources sought to Krista Keighley (937) 522-4539 or email: krista.keighley@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0129-SS/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433-5309, United States
Zip Code: 45433-5309
 
Record
SN02873039-W 20120909/120908001228-7a666064dda084e10e142b3ccdcb4a27 (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 |
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.