Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

K -- Upgrade of Existing Scanning Electron Microscope

Notice Date
9/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-02-R-0030
 
Point of Contact
Jean Craig, 410-278-6517
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(jcc@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 17.Description: (i) This 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 solic itation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-02-R-0030. (iii) The solicitation document and incorporated pro visions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 334519 and the Business Size Standard is 500. (v) The following is a list of contra ct line item numbers and items, quantities and units of measure: CLIN 0001 MICROSCOPE UPGRADE 1 JOB Upgrade existing Electroscan 2020 Environmental Scanning Electron Microscope (SEM) to a high resolution Schottky Field Emission Gun-Environmental SEM, 1 lot, The upgrade includes: upgrade the electronics and electron optics to a XL30 ESEM-FEG; upgrade sta ge to a 50 x 50 mm 4-axes mot. Stage for XL30, new color; upgrade to Standard Pentium PC for XL NT microscope; upgrade monitor to 18?? LCD color monitor; upgrade Video hard copy unit; add CCD IR inspection camera capability; replace framestore with Framest ore extension to eight images; add new Compressor 115V, 50/60Hz; replace Water Chiller with correct chiller for XL SEM; add EDX interface completion kit; add Mains matching transformer for SEM; Move EDS from ESEM 2020, upgrade EDS Detector, reinstall; incl udes freight charges and removal of 2020; and upgrade SSBSED detector system with GAD and pre-amplifier. A commercial warranty is required. Offeror shall furnish all labor, material, tools, installation and transportation. Offeror shall provide the gover nment with the installation site requirements. (vi) Description of requirements: The following are the essential technical characteristics for the upgrade: Upgrade current system to a high resolution Schottky FEG SEM microscope that will provide performance and flexibility in use. The system shall have a secondary electron detector that provides high resolution imaging in the high vacuum mode of operation, s hall have a secondary electron detector that provides high resolution imaging in the low vacuum pressure range of less than 1-1.5 torr, and shall have a secondary electron detector that provides high resolution imaging at higher specimen chamber pressures in the pressure range of 4-7 torr. The secondary electron resolution from each mode of operation is desired to be at least 2nm point to point. The system shall have secondary electron imaging detectors that will collect dynamic experiment imaging informa tion when the sample is heated in-situ to at least 1000C. The system shall be able to introduce 100% water vapor into the specimen chamber [wet air is not acceptable] and at residual pressures above the saturated water vapor pressure in order to allow sam ples containing water to be viewed without drying out [greater than 4.65 torr]. The FEG SEM should have a built-in water reservoir to provide water vapor as an imaging gas and for allowing observation of wet samples without dehydration. In all modes of o peration, the system shall be able to collect SE/BSE/EDS data while at the same sample working distance. The system shall be able to connect with various bottled gas sources and once connected, shall be able to switch gas sources to activate the introducti on of the gas into the specimen chamber via the microscope user interface. The microscope shall allow pressures up to 13 mbar (10 Torr) in the sample chamber while maintaining ultra high vacuum for the electron gun. The magnification range in high vacuum mode shall be from less than 20x to 500 000x. The system shall have an interface with an EDS detector [Energy Dispersive Spectroscopy] at a Take Off Angle [TOA] of greater than 30 degrees. ?nThe system shall interface with a range of sample handling stage modules that control sample temperature from ?V18 5C to +1000C, that subject samples to mechanical testing routines, and that perform sample micromanipulation. The interfacing with these devices must include the ability to collect images while dynamic changes are occurring when using all of the items des cribed above. (vii) Delivery is required by 30 December 2002. Delivery/installation shall be made to US Army Research Laboratory, ATTN: AMSRL-WM-BD/P. Kaste, Bldg. 4600, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed upon completi on of the applicable company acceptance tests at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: t echnical characteristics, past performance and price. Technical characteristics and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical characteristics listed above and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure s ufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the technical char acteristics. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the positive reviews by other users who presently operate similar instruments, ability of the offeror to meet the delivery schedule, service reputation and warranty considerations. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telepho ne number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discus sions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FA R 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Exec utive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.225-1, FAR 52.232-33, (xiii) The c lauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007; DFARS 252.225-7012; DFARS 252.225-7014; DFARS 252.227-7015 and DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) The following additional c ontract terms and conditions apply: At time of installation company shall provide such testing, on-site training and operating and service manuals. (xv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xvi) Offers are due on 20 Sep 2002, by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvii) For information regarding this solicitation, please contact Jean Craig at (410) 278-6517, FAX (410) 278-6522 or email jcc@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Satellite Purchasing Division ATTN: AMSSB-ACA-A, Bldg 434 Aberdeen Proving Gro MD
Zip Code: 21005
Country: US
 
Record
SN00156651-W 20020905/020903213516 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.