|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 66 -- ION BEAM ETCHING SYSTEM SOL N00173-99-R-AJ03 POC Jackie
Anderson, Contract Specialist, Code 3230.AJ (202)767-3698, Carol
Parnell, Contracting Officer WEB: click here,
http://heron.nrl.navy.mil/contracts/home.htm. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This
solicitation number, N00173-99-R-AJ03, is issued as a request for
proposal (RFP). The incorporated provisions and clauses of this
acquisition are those in effect for Federal Acquisition Regulation
(FAR) through Federal Acquisition Circular 97-11 and for Defense
Federal Acquisition Regulation Supplement (DFARS) through Defense
Acquisition Circular 91-13. This acquisition is unrestricted. The small
business size standard for this acquisition is 500 employees and the
standard industry code (SIC) is 5049. The Naval Research Laboratory has
a requirement for CLIN 0001, A Research Model Ion Beam Etching System,
l LO. This system must be able to etch LiNOb3. This system shall meet
the following criteria for etching trenches in LiNOb3 with an aspect
ratio 3.6:1 to a depth of 4 microns: Etch uniformity +/- 2.5% over 3
inches; LiNOb3 etch rate .02 microns/minute. No redeposition of etched
material on trench walls; Substrate temperature not to exceed 80oC.
These criteria must be demonstrated on samples supplied and evaluated
by NRL personnel prior to contract award. The system must meet or
exceed the following specifications: (1) System size -- The system
footprint shall not exceed 4.5x2 feet not including mechanical pump,
cryo compressor and electronics control cabinet. Electronics control
cabinet shall not have a footprint larger than 2.6x2 feet and shall be
able stand at any position around the main frame. The electronics
control cabinet shall be on wheels. (2) Process Chamber -- The process
chamber will have a horizontal configuration with doors on each end.
It will be fabricated from 304 stainless steel using ultra-high vacuum
compatible fabrication techniques with continuous internal welds on
all flanges. All internal vacuum surfaces will be carefully machined to
eliminate virtual vacuum leaks. The outer surface will be bead blasted
for an attractive and clean appearance. Water flow channels will be
provided to the chamber walls. All penetrations required for a totally
functional system shall be provided. The chamber door will be mounted
with spring loaded hinges to prevent scuffing and ensure parallel
closure. Slide-in stainless steel liners will be provided to protect
the chamber wall from condensates. (3) Support Stand -- A mild steel
support stand will be provided to position the process chamber at a
convenient elevation above the floor. Adjustable leveling pads will be
provided on the base of the support structure. The support stand will
be enclosed with removable panels that are electrically interlocked to
prevent exposure to high voltage. (4) Pumping System -- The system will
achieve an ultimate pressure of the order of 2x10-7 Torr measured in
the process chamber at ambient temperature within 60 minutes of the
start up of the pump down cycle in a clean, dry condition. A clean, dry
condition is defined as venting the process chamber to atmospheric
pressure with dry nitrogen.. (5) Roughing Pump -- The chamber roughing
will be achieved via a two stage direct drive rotary pump and will be
able to evacuate the process chamber to cross over conditions in less
than 20 minutes. The pump will be mounted external to the system with
a flexible roughing line between the pump and the system. Length of
this roughing line will have to be defined and approved during the
final design stage. A roughing line trap will be installed between the
roughing pump and process chamber to reduce back streaming. (6) High
Vacuum Pump -- The system will be supplied with a cryo pump. (7) Vacuum
Gauging and Controller -- An Automatic Valve Sequencer will provide for
a complete automatic pumpdown and venting of the system. All pumps,
valving, purge lines, and controls will be provided. The Controller
will also monitor the pressure in the process chamber. The vacuum gauge
tube in the process chamber will be located at the maximum practical
distance from the pumping port. High pressure measurements will be
obtained and monitored by convectron gauges. The controller will
display the pressure over a range from 760 Torr to 1x10-9 Torr. (8)
Substrate Fixturing -- The substrate fixture will have a water cooled,
rotating, tiltable substrate table. The table will accommodate a 3
inch wafer. All gears and bearings will be protected from condensates
by removable stainless steel shields. All gears and bearings shall be
easily removable and replaceable. The substrate fixturing will be
mounted on the door of the process chamber for easy loading and
unloading of the substrates. Vacuum chucking capability will be
provided. A shutter will be provided to allow for target precleaning
without depositing material onto the substrates. (9) Ion Sources -- An
11 cm DC ion beam source or larger will be included in this system.
The DC electron bombardment ion beam source shall have a filament
configuration and use a collimated beam. A beam probe will be
incorporated into the shutter to measure ion flux. DC Power supply
shall run in either a manual or automatic mode and control all of the
ion beam source operating parameters. The power supply will be
programmable and allow for multiple operating conditions during
operation. Power supply will be capable of supplying beam currents of
up to 400mA at voltages of 1000eV.operate The power supply will
interface with the gas flow controllers to provide integrated gas
control for ion beam operation. (10) Neutralizers -- A plasma bridge
neutralizer will be supplied. The neutralizer will be linked to the ion
source power supply to provide for automatic tracking of charges on
target and substrate during ion source operation. (11) Gas Flow Control
System -- A Gas Flow Controller will be provided for the ion beam
source for automatic control of process gases. The control system will
have continuous display of flow rates with complete control and data
logging. The gas flow control system will have the ability to be
calibrated for any operating gas. (12) System Control Console -- The
control console will either be located within the system frame work or
a movable electronics cabinet. All instrumentation necessary for
system operation as well as the ion beam source power supply and the
gas flow controller will be contained within the system frame work and
electronics cabinet. Emergency shutdown will be provided through EPO
buttons located on both the front and back of the system. (13) General
Construction -- The system will be designed and constructed to conform
to all safety regulations. Any dangerous voltages or safety hazards
will be enclosed, clearly marked, and safety interlocked. All
components subject to overload shall be adequately protected. Materials
for construction and fabrication shall be of the best commercial
quality and free of imperfections. All electrical wiring and
installation shall conform to UL standards. (14) Factory Test Plan --
All equipment will be assembled and pretested prior to shipment. Each
unit or subassembly will be tested for its functional use and as part
of a complete operational system under production simulation. The
customer will be advised at least 30 days prior to final assembly and
pretest so that a company representative can be present. All test
results will be recorded and a copy supplied to the customer. (15)
Preparation for Delivery -- The equipment will be disassembled, only as
far as necessary, for ease of handling and packing. Packing will be
adequate to assure safe delivery and acceptance. The supplier will
notify Code 5671 of the expected delivery date at least 30 days prior
to the shipment date to allow for utility hookups. (16) MAINTENANCE --
Virtually all maintenance and operating problems will be taken care of
by onsite Personnel using the maintenance and troubleshooting sections
of the manuals and perhaps a phone conversation with Supplier
personnel. If, however, the problem cannot be resolved in the above
manner, the Supplier shall supply field service personnel within 48
hours. (17) Instruction Manuals and Spare Parts -- Two (2) sets of
instruction manuals will be provided for the system that will include
operating manuals for all supplier sub-assemblies. One (1) set of all
third party assemblies will be provided. All manuals will include top
level assembly drawings and parts lists. (18) Installation and Final
Acceptance -- Supplier will provide the services of qualified personnel
in sufficient quantity to assure installation and acceptance at the
customer's facility. Training of customer personnel will include
details on the operation and maintenance on the system as well as
information on the installation. The operation and maintenance training
will include but not be limited to disassembly, cleaning, and/or repair
of all of the components of the system with information on recommended
procedures and intervals and detailed information on all aspects of
operation of the system in service, manual, and automatic modes. This
will include items such as review of performance and operating
conditions obtained prior to shipment of the system, methods for
adjusting the ion source parameters for alternate operating conditions,
a review of software programming for process recipe building and
editing, a review of error status and troubleshooting procedures, as
well as any other pertinent subjects requested by the customer during
construction or installation and acceptance phases. Final acceptance of
the system will be based on its conformance with all of the
requirements of a set of acceptance criterion previously agreed to by
the Supplier and the customer. (19) Facility Requirements -- Code 5671
shall be given system utility requirements thirty days in advance of
delivery date. The system requirements shall not exceed the following
criteria: Air: 80- 1 00 psig -- For Valve Actuation; Nitrogen: 20-30
psig -- For Chamber Backfill; Process Gas: Up to 25 SCCM per source and
neutralizer combination; Electrical: 208,30 Phase, 60 Amp, 60 Hz, 5
Wire; Water: 5 GPM. The required delivery schedule is not later than 90
days from contract award. The contractor shall deliver the system (all
shipping charges paid) to FOB Destination, Naval Research Laboratory,
Washington, DC 20375. Inspection and Acceptance will take place within
seven (7) days of delivery. The following clauses and provisions are
hereby incorporated by reference into this solicitation. Offerors are
advised to propose in accordance with the provision at FAR 52.212-1
Instructions to Offerors -- Commercial Items which applies to this
acquisition. Offerors will be evaluated in accordance with FAR
52.212-2, Evaluation -- Commercial Items which applies to this
acquisition. The specific evaluation criteria under paragraph (a) of
FAR 52.212-2 are: (1) technical capability of the item offered to meet
the NRL's need, (2) price, and (3) past performance. Technical and
past performance factors, when combined, are of equal importance in
comparison to price. Offerors are also advised to include with their
offer a completed copy of the following provision: FAR 52.212-3,
Offerors Representations and Certifications -- Commercial Items which
applies to this acquisition and can be found at the following web site:
http://heron.nrl.navy.mil/contracts. FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies to this acquisition. The
following addendum to the clause is as follows: "YEAR 2000 COMPLIANT
INFORMATION TECHNOLOGY -- This requirement applies to information
technology (IT) that processes date-related information. All such IT
delivered under this contract shall be Year 2000 compliant as defined
at FAR 39.002." FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, applies to
this acquisition. The additional clauses cited under FAR 52.212-5,
that are applicable to this acquisition areFAR 52.203-6, 52.219-4,
52.219-8, 52.219-14, 52.219-23, 52.222-26, 52.222-35, 52.222-36,
52.222-37, and 52.247-64. DFARS 252.225-7000, Buy American Act-Balance
of Payments Program Certificate, applies to this acquisition and can
be found at the following web site:
http://heron.nrl.navy.mil/contracts. The clauses at DFARS 252.212-7001,
Contracts Terms and Conditions Required to Implement Statutes
Applicable to Defense Acquisitions of Commercial Items, applies to this
acquisition. The additional clauses cited under DFARS 252.212-7001 that
are applicable to this acquisition are: DFARS 252.225-7001,
252.225-7007, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002,
and 252.247-7024. The contractor shall include the terms of the
following clauses 252.204-7004 and 252.232-7009, which apply to this
acquisition. Any contract awarded as a result of this solicitation will
be a DO rated order certified for national use under the Defense
Priorities and Allocations System (DPAS) (15.CFR 700). Any questions
regarding this solicitation must be received no later than five (5)
days prior to the closing date set forth below. Offers must be
delivered to Contracting Officer, Code 3230.JA, Bldg. 222, Rm. 115A,
Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC
20375-5326 and received no later than 4:00 PM EST on 15 July 1999. The
package should be marked with the RFP number and the closing date of
the solicitation. For information regarding this solicitation contact
Jackie Anderson, Contract Administrator, at (202) 767-3698 or via
e-mail at anderson@contracts.nrl.navy .mil. All responsible sources may
submit a proposal, which shall be considered by the agency. NRL uses
Electronic Commerce (EC) to issue RFP's and Amendments to RFP's. The
solicitation and any amendments to it will be available via the
internet at the URL address shown below. Paper copies of the RFP will
not be provided. Posted 05/28/99 (W-SN336957). (0148) Loren Data Corp. http://www.ld.com (SYN# 0285 19990602\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|