SPECIAL NOTICE
J -- Thermal Evaporator Rework - Attachments
- Notice Date
- 8/23/2018
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA860118Q0195
- Archive Date
- 9/14/2018
- Point of Contact
- Hannah A Wood, Phone: 9375224550
- E-Mail Address
-
hannah.wood.3@us.af.mil
(hannah.wood.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Synopsis #: FA8601-18-Q-0195 Notice Type: Special Notice Synopsis: The United States Air Force, AFLCMC/Base Support Contracting Division, Wright-Patterson AFB, Ohio 45433-5344. This is a Sole Source synopsis published for informational purposes only. This proposed action is for the procurement of Repair Services for a Thermal Evaporator (Sputtering) System currently owned by the Air Force Institute of Technology located at Wright-Patterson AFB. The reason for lack of competition is that Kurt J. Lesker Company has proprietary knowledge regarding the parts and software that comprise the system in need of repair and is the only source available that is able to meet all requirements, including the ability to maintain compatibility with AFITs other sputtering System. The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(ii). This proposed procurement will be a Sole Source under North American Industry Classification System Code (NAICS) 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and FSC code J036 - Maintenance and Repair of Special Industry Machinery. Business size standard for NAICS 811310 is $7.5 million dollars. The proposed source is Kurt J. Lesker Company. A determination by the Government not to compete this proposed contract regardless of responses that may be received to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for competitive quotations. However, all responsible sources or authorized distributors may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by Thursday, 30 August 2018 by 11:00 am EST and meets all the following requirements: Minimum requirements: DESCRIPTION OF SERVICES: The Contractor will provide labor, hardware and software necessary to rework a non-operational thermal evaporation/sputtering unit supplied by Micromachine Inc., to be compatible with the Kurt Lesker sputterer which was recently purchased by AFIT/ENG. Specifically, this requires that recipes developed for use in the Lesker system and the KJLC eKLipse software, will work with the redesigned Micromachine system (to minimize operational and maintenance training, program development, and for spare parts commonality as several of the subsystems are identical). Basic definitions are provided in Section 1. The key components which need revisions will be specified in section 2 - all of these items will be address. Section 3 outlines the expected performance of the final system, and acceptance of final work will be based on the completion criteria outlined in that section. Section 4 outlines general information (location where work will be performed, warrantee of work, etc.) SOFTWARE UPGRADES: Operator interface software will be replaced with compatible version, similar in operation and fully integrated with all existing and modified machine functions required for (at a minimum): • loading and unloading of samples • spin on/off and spin speed control • heating of samples • control of process gases (chamber pressure down to ~5mT), including gas flow rate control • shutter control (for both single source and multiple source operation of evaporation and/or sputtered sources) • ion power control • Current control for thermal evaporation heat sources. • All operations must be available in either automatic recipe or manual step by step operations (recipes for stage-wise operation rather than direct control over subsystems is acceptable). HARDWARE UPGRADES: All existing hardware will be used except for those items specified throughout this contract. • The PC will be Windows 10 based • Software will be compatible as defined above, and will be pre-installed, with all required recipes for operations installed and available for both pre- and post- delivery demonstrations. CURRENT CONTROLLED EVAPORATION: The existing temperature based thermal evaporation based control will be replaced with an adequate current based control for both thermal sources. • During acceptance testing, the system will be capable of thermally evaporating all materials specified in the system checkout section below. • All hardware required to heat these samples to their appropriate temperatures as well as an intial set of 5 cruicibles suitable for the 5 metals specied in the acceptance testing section. • Metal pellets are not included in the cost of this contract. • The system will be of a design which can utilize crucibles available from more than 1 supplier, at least one other than the Contractor (i.e. no custom crucible design only available from the Contractor will be acceptable). VALVE ADDITIONS/VACUUM ADJUSTABILITY: A hi-vacuum valve (sufficient to attain a vacuum of 10-7 Torr) will be added to the system (along with appropriate controls). This, along with any other required changes to roughing and hi-vacuum flow control will be accomplished in order to maintain 5 mTorr of process gases during operation. GAS FLOW CONTROL UPGRADE: The handling of process gases on the existing system will be modified such that: • Independent ratioing of argon, oxygen and/or nitrogen will be achievable • Gases will be deliverable to sputtering sources and/or targets simultaneously during operation (use of existing chamber gas lines are acceptable), only exterior modification of gas manifold and process ratioing is require. • Adjustment of flow between sources and samples is also required, and will be implimented after the flow control valves for gas composition ratioing. That control can be (but does not have to be) through the software (i.e. a manual control scheme for that element is acceptable) • Gas ratioing between the three process gases must be included in the software UI. CONTROL INTEGRATION: All existing machine control items as well as those listed above are to be integrated and full controllable through and compatible with the user interface/software specified in 2.1. DOCUMENTATION: Documentation of any changes to the system will be provided including wiring diagrams, user/operator manuals for any third party OEM equipment installed, and compatible with the user interface/software. LOCATION OF MODIFICATIONS: Modifications to system will occur at Contractor facility. Shipping to contractor will be covered by AFIT, return shipping by the Contractor. AFIT will cover travel cost for personnel required for installation and training (up to 2 days). Acceptance testing will be offered prior to shipping to identify any outstanding issues which can't be addressed in a cleanroom environment. Travel for government personnel to conduct onsite inspection will be covered at the expense of AFIT. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: Kurt J. Lesker Company has proprietary knowledge regarding the parts and software that comprise the system in need of repair and is the only source available that is able to meet all requirements, including the ability to maintain compatibility with AFITs other sputtering System. Other vendors are not able to provide the software compatibility requirement. The Department of Defense (DoD) has determined the System for Award Management (SAM) to be the single DoD registration for contractors who conduct business or who are interested in conducting business with the DoD. Contractors must be registered in SAM prior to award for solicitations issued after 29 May 2012. You may contact SAM at 866-606-8220. SAM website: www.SAM.gov Any information should be e-mailed to hannah.wood.3@us.af.mil no later than 11:00 am EST on Thursday, 30 August 2018. Only inquiries/Information received by this date and time will be considered. Be advised that all correspondence sent via email shall contain a subject line that reads "FA8601-18-Q-0195 Thermal Evaporator Rework". Note that email filters at Wright-Patterson AFB are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the email may not get through the email filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson AFB. If sending attachments with email ensure only.pdf,.doc, or.xls documents are sent. The email filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118Q0195/listing.html)
- Record
- SN05053879-W 20180825/180823231808-58488cb09d5c26311d9004141e89c097 (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 |