Federal Bid

Last Updated on 13 Aug 2004 at 5 AM
Solicitation
Location Unknown

36--PRECISION MASK ALIGNER

Solicitation ID 03-C46-004
Posted Date 13 Aug 2003 at 5 AM
Archive Date 13 Aug 2004 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Procurement
Agency National Aeronautics And Space Administration
Location United states
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 12, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) Precision Mask Aligner. The Contractor shall furnish one (1): Precision Mask Aligner. This Precision Mask aligner shall consist of the following: 1. Must be new (not refurbished) 2. Must have double-sided alignment capability; 3. Alignment resolution less than 1 micron for both front and backside; 4. No Infrared transmission; 5. XYZ-motion alignment resolution 0.05 micron; 6. Chuck fixtures in the aligner must be able to handle square pieces as small as 1 cm x 1 cm, without compromising alignment resolution; 7. Shadow mask clamping; 8. Maximum wafer size of 150 mm 9. Also fixtures to handle mask sizes from 3” x 3” to 7” x 7”; 10. UV wavelength from 240 nm to 450 nm, with associated power supplies; 11. Excellent depth of field and depth of focus; 12. Contact type: Vacuum, contact, and proximity; 13. Video monitor; 14. Split field capability. Optional features include: 1. Dual Use (as bond aligner); 2. Ability to select multiple magnification powers to closely align small features would be desirable; i.e. turret-lens system or other type of zoom feature, providing the ability to closely examine small features. The cost shall include freight, installation, training and warranty as follows: 1. FOB destination: No later than, November 20, 2003; 2. Installation at NASA Glenn Research Center, 21000 Brookpark Road, Cleveland Ohio 44135, building 77 Room 320 (cleanroom); 3. Total training duration: 1 week for 6 people; 4. Three year warranty, parts and labor with 24 hour response time. Offers for the item(s) described above are due by August 28, 2003, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-305, Cleveland, OH 44135, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per FAR 52.212-1-Instructions to Offerors-Commercial Items and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form. This form may be obtained via the internet at URL: Informed : ftp://ftp.hq.nasa.gov/forms/form/sf1449.itp PDF : ftp://ftp.hq.nasa.gov/forms/pdf/sf1449.pdf Faxed offers are not acceptable due to the required information of 52.212-1. Offerors shall provide the information required by FAR 52.212-1 as amended and the following: 52.212-1 (b) amendment: All offerors shall include full and complete product specifications including schematic drawings of the Precision Mask Aligner and technical specifications on all components. Offerors shall also include a list of at least three (3) recent sales of identical or similar equipment, including contact information for the customer, so the Government can verify past performance. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item one (1) above. Consideration will given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b) and its amendment above). Best Value Criteria: The following will be BVC considerations: 1. Delivery date of November 20, 2003 or earlier. 2. Three year or longer warranty on parts and service with 24 hour response time. 3. Ability to provide optional features specified in this notice. Questions regarding this acquisition must be submitted in writing no later than August 18, 2003. Telephone questions will NOT be accepted. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Prospective quoters shall notify this office of their intent to submit a quotation.
Bid Protests Not Available

Similar Past Bids

Greenbelt Maryland 09 Mar 2023 at 10 PM
Location Unknown 05 Oct 2012 at 1 PM
Location Unknown 30 Jul 2015 at 7 PM
Richland Washington 07 Apr 2021 at 4 AM
Texas 11 Jun 2021 at 4 AM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM