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

INDUSTRY/TECHNICAL SUPPORT IN MICRO-ELECTRONIC DEVICE FABRICATION FACILITY


Synopsis/Solicitation Combo - Apr 26, 2004
Amendment 01 - Posted on Apr 28, 2004

General Information
Solicitation Number: NNC0460624Q
Posted Date: Apr 26, 2004
FedBizOpps Posted Date: Apr 26, 2004
Original Response Date: May 04, 2004
Current Response Date: Apr 29, 2004
Classification Code: R -- Professional, administrative, and mgmt support services
NAICS Code: 541990 - All Other Professional, Scientific, and Technical Services

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 Technical support in Micro-Electronic Device Fabrication Facility. Item 1: 1 Job – Basic purchase order, Item 2: 1 Job - Option 1.

Statement of work for technical support in the Micro-Electronic Device Fabrication Facility at NASA Glenn Research Center:

The contractor shall furnish one (1) fully trained and qualified technician to perform fabrication tasks as directed by NASA in a clean room environment as described below.

The technician will primarily work on the fabrication and characterization of RF/Microwave devices. All work performed by technician will be completed in the in the Micro-Electronic Fabrication Facility of the Communications Technology Division at NASA Glenn Research Center. Therefore a complete understanding of class 100 clean-room procedures and protocol are required as well as the ability to operate all the equipment within the Micro-Electronic Fabrication Facility.

Tasks to be performed include: • Lithography tasks such as operate a Headway spinner, a Coating Systems spinner, and an EFD dispenser system to apply materials to substrates. • Operation of a Karl Suss 300nM contact mask aligner and a HTG 400nM contact mask aligner for pattern generation. • Perform etches and super critical releases using a March reactive ion etcher (RIE), a Metroline plasma barrel etcher and a Tousimis Carbon Dioxide super critical dry release (SCDR) system. • Operate and perform material depositions with a ECSI Fribrotools Benchtop electroplating system, a Temescal electron beam evaporator with six pocket turrets and substrate planetary, a Kurt Lesker RF/DC sputterer, and a Technics plasma enhanced chemical vapor deposition system (PECVD). • Ability to perform an annealing process using a CVD quartz tube furnace, a Tempress twin quartz tube annealing furnace, and a Process Products Corporation rapid thermal annealer (RTA). • Shall be able to characterize the material depositions with a Wyco/Veeco optical profilometer , a Dektak/Veeco stylus contact profilometer, a Micromanipulator Probe Station with Techtronics curve tracer, a Leitz optical microscope, a Nikon optical microscope with Digital Spot Imaging system, and a Hitachi scanning electron microscope (SEM) with EDAX electron dispersive spectroscopy (EDS).

It is anticipated that the technician shall perform on an average of 20 hours per week not to exceed 80 hours per month. The scheduling of hours per week will depend upon work required that month. The normal daily scheduled hours will be Monday through Friday, except Government holidays, from 8:00 am to 4:30 pm, but may be altered depending on the required work that day.

Option 1 – For continuous support of the above referenced tasks not to exceed one (1) year from the date the option is exercised.

PERIOD OF PERFORMANCE (GRC 52.211-92) (MAY 2002) The period of performance for the work required under this purchase order is from the date of award through September 30, 2004.

Period of performance for Option 1, if exercised, is October 1, 2004 through September 30, 2005.

The technician will be expected to begin fabrication procedures to develop RF/Microwave devices on their own on the date of award using all equipment within the facility as needed. No training will be provided.

Award is anticipated to be written and work to begin no later than May 15, 2004.

The provisions and clauses in the RFQ are those in effect through FAC 01-22.

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

The DPAS rating for this procurement is DO-C9

Offers for the items(s) described above are due by 4:30 PM EST on May 4, to Glenn Research Center, ATTN: Mike Kaszyca, MS 500-306, 21000 Brookpark Rd, 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), Cage code, quantity, unit price, extended price, identification of any special commercial terms, and be signed by an authorized company representative. Missing information delays award and may disqualify company from consideration.

Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference.

FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-8-Utilization of Small Business Concerns (OCT 2000) 52.222-26, Equal Opportunity (APR 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-36-Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-41 - Service Contract Act of 1965, as Amended (MAY 1989), 52.222-42- Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-47-SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (MAY 1989)

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

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 Kelly Boos not later than April 30, 2004. Telephone questions will not be accepted. Kelly.J.Boos-1@nasa.gov, FAX 216-433-2480.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

REQUIRED INFORMATION TO BE PROVIDED BY OFFEROR -- BVS (GRC 52.215-202) (FEB 1995) The following technical information is required to be submitted: 1. Demonstrate that technician has knowledge of/experience on equipment listed in the SOW.

2. Demonstrate knowledge of class 100 clean room procedures and protocol.

COMPETITIVE NEGOTIATED PROCUREMENT USING QUALITATIVE CRITERIA -- BVS (GRC 52.215-200) (DEC 1998) The following value characteristics are applicable to this procurement:

1. Actual operational experience in a clean room production environment.

2. Demonstrate that the technician has experience on ALL the equipment listed in the SOW.

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".

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:Kelly J Boos
Title:Contracting Specialist
Phone:(216) 433-6125
Fax:(216) 433-2480
Email:Kelly.J.Boos-1@nasa.gov

Name:Michael Kaszyca
Title:Contract Specialist
Phone:(216) 433-2799
Fax:(216) 433-2480
Email: Michael.Kaszyca-1@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE