NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

ION SOURCE SYSTEM


Synopsis/Solicitation Combo - Apr 30, 2008

General Information
Solicitation Number: NNC08187920Q
Posted Date: Apr 30, 2008
FedBizOpps Posted Date: Apr 30, 2008
Original Response Date: May 05, 2008
Current Response Date: May 05, 2008
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1, Qty. 1, Ion Source System IQE Model 12/38 or equal consisting of the following components: one gas inlet system GI-1 and one differential pumping package; ITEM 2, Qty. 1, Documentation; and ITEM 3, Qty. 1, System set up.

The Contractor shall furnish Items 1 through 3 which shall meet the following specifications:

ITEM 1: Ion Source System IQE Model 12/38 or equal

1. Shall be supplied on a stainless steel UHV standard vacuum flange (2.75”; DN35CF) and leak tested to a minimum of less than 1 x 10-10 mbar L/s. 2. Shall be integrated with differentially pumped ion-gun with the following minimum requirements: a. Scan area that is variable but not less than 10 x 10 mm. b. Current density variable with maximum at least 4 mA/cm2 c. Primary energy variable from a minimum of 0.3 –to a maximum of not less than 5 keV d. Ion current not less than 0.5A (5kV) at 125 micrometers beam diameter. e. Ion current not less than 7A (5kV) at 1000 micrometers beam diameter. f. Working distance of 20mm to 25 mm. 3. Shall be standard 19” rack mountable in 4U or less and incorporate both power supply and defection control electronics. 4. Shall include readout/display for all status variables. 5. Shall include gas inlet system with pressure reducing hardware, valves, pressure manometers and high precision leak valve to monitor and meter the gas flow. 6. Shall include all pumps, lines, and valves for differential pumping of item#6 with a minimum pumping speed of 70 Liters per minute (turbomolecular pump) and oil free backing pump with all metal isolation valves. 7. Ion source assembly shall be completely compatible with existing Government owned CreaTec-MBE system or equivalent and mounted on a standard OD 2,75” CF type stainless steel flange. a. Complete system shall be certified leak tested in Ultra High Vacuum to less than 1 x 10-10 mbar L/s.

ITEM 2: Documentation

One set of manuals which may include but is not limited to user, system, troubleshooting, and maintenance.

ITEM 3: System set up

The Contractor shall include all labor and travel expenses for system set up and performance verification at NASA Glenn Research Center (GRC) within 2 weeks of delivery. The set up shall insure that Item 1 meets all functionality specifications listed in this document. The actual set up date shall be via mutual agreement between the Government and the Contractor. Set up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.).

The provisions and clauses in the RFQ are those in effect through FAC 05-24.

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery of Items 1 and 2 shall be to the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 60 days ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by May 5, 2008, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None.

FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D. Stolz not later than May 2, 2008. Telephone questions will not be accepted.

Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Marilyn D. Stolz
Title:Contract Specialist
Phone:216-433-2756
Fax:216-433-5489
Email:Marilyn.D.Stolz@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: