Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOURCES SOUGHT

66 -- Cleanroom Spinner

Notice Date
8/30/2018
 
Notice Type
Sources Sought
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
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
FA8601-18-Q-0240-SS
 
Archive Date
9/15/2018
 
Point of Contact
Kelli M Locker, Phone: 9375224639
 
E-Mail Address
kelli.locker@us.af.mil
(kelli.locker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-18-Q-0240-SS The United States Air Force, Air Force Life Cycle Management Center, Base Support Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of all potential sources, including small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) that are capable of providing a Cleanroom Spinner Replacement for the Air Force Institute of Technology at Wright-Patterson Air Force Base. Firms that respond shall 1) specify that their product meets the specifications provided below and 2) provide detailed information to show clear technical compliance. Minimum Requirements are listed below. All interested firms shall submit a response to the Primary Point of Contact, Ms. Kelli Locker, demonstrating their capability to provide these items. As stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) 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. The NAICS Code assigned to this acquisition is 333242 (Semiconductor Machinery Manufacturing) with a size standard of 1,500 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, or HUBZone). 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Please note that the rules governing affiliation and ostensible subcontracting apply when determining size under FAR 52.219-14, Limitations on Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS code is chosen. Respondents should consider how the primary tasks identified in this sources sought synopsis will be broken out between prime & subcontractors to avoid ostensible subcontracting and address this in their response, if necessary. 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 be individually notified of the results of any Government assessments. The Government's assessment 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 business or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed ten (10) pages. All correspondence sent via email shall contain a subject line that reads: Sources Sought - Cleanroom Spinner Replacement If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Responses may be submitted electronically to the following e-mail address: kelli.locker@us.af.mil RESPONSES ARE DUE NO LATER THAN 14 SEPTEMBER 2018 AT 10:00 AM EASTERN TIME. Direct all questions concerning this acquisition to Kelli Locker at kelli.locker@us.af.mil including the necessary subject line indicated above. Minimum Requirements: GENERAL This specification is for operational specifications for a replacement spinner for use in the AFIT cleanroom, for application and development of photoresists during the photolithography process. The parts specified here are to build a replacement system which meets the following minimum requirements: 1) Installation considerations: a. Electrical: i. Must run on ~120 VAC, <10 Amps ii. Must meet UL standards (or equivalent). b. Vacuum: i. Vacuum for chuck will be provided (integrated vacuum system will not be acceptable due to size constraints). ii. Any vacuum monitoring for alarms or controls must be included in system (will not be provided) c. Both air and pure nitrogen will be provided (up to ~80 PSI, 2 SCFM is standard). d. Basin with chuck and controls must be relocatable to current fume hood: i. 12" by 12" current system (slightly larger may be acceptable, but should be approximately these dimensions ii. Depth below basin not to exceed ~8 inches due to existing piping iii. Current control box is ~12" wide, ~10" tall, ~12" deep. Controls should not exceed these dimensions (but variations may be considered depending on specifics). e. Interchangeable chuck is required (ranging from ~1mm square up to and including 4" diameter. f. Basin itself should accommodate up to 6" D wafer minimum 2) Performance: a. Vacuum engage/disengage (to load and unload samples), needs to be instantaneous (<0.5 sec for solenoid or control mechanism to engage). b. Start/stop of spinner must be instantaneous (<0.5 sec from start button to start of rotation, similar response time between stop button and start of deceleration). c. Start functionality is prohibited if good vacuum between sample and chuck isn't detected. d. Process aborts (i.e. deceleration begins immediately) if vacuum is lost e. Running Parameters: i. Spinner RPM should be easily adjustable between 200 to 6000 RPM (wider range is acceptable, but must be able to perform in this range). ii. Spinner ramp up / down times need to be adjustable 1K RPM/Sec to 40K RPM/Sec is ideal, near this range may be acceptable but will need be approved. iii. Run time increments with at least 1 sec resolution between settings (higher resolution is acceptable but not necessary) iv. Total run time should be adjustable between 1 - ~1000 second (upper end is negotiable, but should be near this value) v. When run timer completes, spinner should automatically start to decelerate and stop. The materials and component parts shall be of high commercial quality, with safety standards of CSA, UL, and/or CE. As for the environmental standards, it shall comply with RoHS and/or WEEE. Workmanship shall be consistent with best commercial practices. DESIGN APPROVAL Contractor shall supply electronic interconnection drawings/specification package for each component provided. TESTING REQUIREMENTS Manufacturer shall assure Quality Acceptance before delivery. The manufacturer shall provide and software required to operate system (i.e. LabView code, etc.). Supplier shall provide the necessary documentation for use of the product. SAFETY Safety systems shall be included to prevent damage to equipment and personnel. Safety system shall protect equipment in the event of power loss, and reversed battery connection. Warning labels on the equipment and documentation shall be included. DELIVERY Delivery anticipated no later than forty (40) weeks after receipt of contract. WARRANTY Free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, for the period of time of two years after receipt. (End Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0240-SS/listing.html)
 
Place of Performance
Address: Air Force Institute of Technology, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05064424-W 20180901/180830231441-9a5a9aec572031bb8c40324e1629cded (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.