The proposed contract action is for goods and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(c), 'Brand name'.
The use of a brand name specification is essential to the Government's requirements and precludes consideration of a product manufactured by another company. The Advanced Scalable Unified Reliability (ASUR) toolset with Core Wafer Systems PDQ-WLR algorithms provides a complete integrated capability to measure and assess wafer level reliability. The broad range of coverage matches the CMOS processes that are produced by the Defense Microelectronics Activity, and provides design rule, measurement algorithms with automated test equipment control, and integrated data analysis to access a processes wafer level reliability to JEDEC standards.
Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to 26 July 2010 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement
The Request for Proposal (RFP) H94003-10-R-5621 is issued unrestricted, the applicable North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services. The small business size standard is $25.0M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 (08 July 2010).
This requirement is for a propriety measurement schema for physical phenomena of semiconductor structures capable of characterization and reliability measurements for integrated circuit devices from greater than 1000nm down to the 65nm node. The place of performance and FOB destination delivery is Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652.
This solicitation will result in a firm fixed-price contract containing the following contract line item number(s):
0001 ASUR SDR Testing Tool -Single Device Reliability Testing Tool - One (1) License - SDR Core, BASIC and C Language Options, Graphical Interactive Measurement Tool and Source Code Generator (IMT), Real-time Plot, Multivendor Instrument Support, Multivendor Semi and Full Auto Probers Support-single license. Qty 1 Each tiny_mce_marker____________
0002 SDR Off-line testing tool, Office Edition, Qty 1 Each tiny_mce_marker____________
0003 ASUR RDA Analysis Tool Package, Including 1 year Media & Manual Updates,
Qty 1 Each tiny_mce_marker______________
0004 ASUR SDR On-site Installation, Qty 1 Each, tiny_mce_marker_________
0005 On-site Startup Assistance - integration & startup, Qty 5 days tiny_mce_marker___________
0006 ASUR SDR on Site Training, 3 days of on-site training for SDR tool for 6 students,
Qty 1 Each tiny_mce_marker_________
0007 ASUR RDA on Site Training, 2 days of on-site training for RDA tool
Qty 1 Each tiny_mce_marker________
0008 License & Design Manual for PDQ-FAB tool, PDQ-FAB Single User Version License PDQ-FAB Test Structure Design Manual. Includes design manual to scale reliability test structures for Electro migration (EM), Hot Carrier Injection (HCI)/Plasma, Gate Oxide Integrity, etc. Qty 1 Each tiny_mce_marker__________
0009 PDQ FAB Training, 3 days of on-site training for PDQ-FAB for 6 Students
Qty 1 Each tiny_mce_marker________
SOLICITATION PROVISIONS/CONTRACT CLAUSES:
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008).
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009):
The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009).
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2010) For the purposes of this clause items (b) 1, 10, 18, 19, 21, 22, 23, 24, 25,33, 38 and (c)6 are considered checked and apply.
FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)
FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)
DFARS 252.204-7004 Central Contractor Registration Alt A (SEP 2007)
DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2010) For the purposes of this clause items (b) 1,5, 8,19, 21 and 23 are considered checked and apply.
The Defense Priorities and Allocation System (DPAS) rating is DO-C9.
The date, time and place offers are due: 07/26/2010, 12:00pm Pacific time to :DMEA, Contracting Office, 4234 54th Street, McClellan, CA 95652-2100. Emailed offers are encouraged: email [email protected] .
Point of Contact for this RFP is: Jeanne Woodcock, 916-231-1510, email: [email protected],mil