Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

66 -- INFRARED MICROIMAGING PLATFORM SYSTEM

Notice Date
8/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
02-837-6791-1
 
Response Due
8/27/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5-TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, FAR PART 13-SIMPLIFIED ACQUISITION PROCEDURES, AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #02-837-6791-1, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08, effective July 29, 2002.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. This acquisition is unrestricted. All interested, responsible vendors may submit a quotation.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) Infrared FTIR Microimaging Platform System, Digilab Brand Name (Part #'s 099-abcd-2; 099-2204; 099-Mosaic; 099-2198) or Equal. The system will be used for performing chemical kinetics and dynamics imaging of thin film and nano-particle samples.*****Vendors shall include a line-by-line response to each specification number/letter, below, in addition to a quotation. A "comply" response indicates full compliance with every aspect of the specification. A "deviation" or "equivalent" response must include a complete technical explanation for the offer to be considered.*****All interested, responsible quoters (vendors) shall provide a quotation for the following: Line Item #0001: Infrared Microimaging Platform System.*****The following salient characteristics and specifications are required and shall be met: The Infrared FTIR MicroImaging System shall have a 64 x64 MCT Focal Plane Array (FPA), large Sample Imaging capability, mosaic imaging/mapping software and hardware, and FPA based rapid scan imaging capability for chemical kinetics measurements. In addition, all the following specifications shall be met: (1) The interferometer must use piezo adjusters for dynamically align of both the tilt compensation, as well as dynamic velocity correction, which is essential for recording an accurate and reproducible interferogram. (2) The MCT focal plane array camera must be provided in a format of 64 x 64 format or greater to give a total of 4096 pixels or greater. (3) The focal plane array must have a snapshot readout array and not a Rolling mode camera. (4) The focal plane array detector must be capable of multiple thermal cycles without delaminating the MCT detector material from the silicon read-out electronics. (5) The system must have a 60? Michelson interferometer with 2" clear aperture for enhanced throughput with high speed source optics (F number > 1.3). (6) The source must be a high intensity, liquid cooled source for the appropriate wavelength ranges. (7) The system must be able to sample up to five channels during step-scan operation for multiple channel spectroscopy. (8) The focal plane array must be capable of collecting data at >1500 frames per second on a step-scan interferometer. (9) The microscope accessory shall be of a research grade. It shall incorporate infinity-corrected optics so redundant aperturing is not necessary. (10) The Focal plane array must be able to collect images in rapid scan mode as well as Step scan mode. Both modes must be available. (11) Nine or greater rapid scan mirror velocities must be available for flexibility in sampling. (12) The system, microscope FPA and interferometer, must be capable of kinetic scan rates of at least 80 spectra/second at 8 wave numbers data point resolution to perform chemical kinetics measurements. (13) The spectrometer must have a step scan option, which steps the optical path difference in the interferometer at stepping rates from 0.004 Hz to 800 Hz, with a settling time less than 1 msec. The step scan option must also allow for phase modulation, which modulates the optical path difference at frequencies up to 1000 Hz with software selectable amplitudes of 0.5, 1.0, 1.5, and 2.0 HeNe laser fringes. Digital Signal Processing (DSP) software allowing for 9,000 Hz shall be available. (14) The interferometer must be capable of having the beam-splitter easily changed to extend the spectral range. (15) The system must have a high stability, precision air bearing for error free, accurate scanning. (16) The spectrometer must have available an external sample compartment that can accommodate large samples. (17) The system must have optical resolution of 0.075 wave-numbers standard as determined by scanning carbon monoxide at low pressure, and measuring the full width at half height for a spectral band. (18) The system must have available a Peltier-cooled DTGS detector, for maintenance of optimum temperature, for enhanced response and stability. (19) The system must have both an external beam facility and emission port. (20) The system must have auto gain ranging with in-scan co-adding, yielding 22 effective bits or greater dynamic range, leading to more accurate digitization of the interferogram. (21) The system must have a standard spectral range of 6000-750 wavenumbers with optimized response in the mid-IR. Also, optional beamsplitters and detectors must be available for spectral range extension, to cover the range 50,000-10 wavenumbers. for the optical bench. (22) The system must have standard purge shutters to maintain purge while changing samples. (23) The sample compartment must have a pass through conduit to feed into the sample compartment electrical, fluid, or communication lines to internal accessories, while keeping the sample compartment cover closed. (24) The system must have an external power supply to minimize electrical interference, which can diminish sensitivity. (25) The system must have no on-board monitor or controlling keypads as these give off electrical interference and diminish sensitivity. (26) The applications software must be a Windows 2000 native application to take advantage of the 32-bit architecture. (27) The applications software must provide the following capabilities: (a) Spectra must be contained in a compound document in a spreadsheet format, with one column of the spreadsheet showing the spectrum and have the ability to manipulate the Y-scale expansion factors and spectral subtraction factors by grabbing and dragging the spectrum with the mouse. (b) Three dimensional displays, rendered with OpenGL drivers, in wire mesh, solid surface, color bleed, contoured surface and contour projection, with the ability to expand or contract the display, and to rotate the display about all three axes. (c) All software and spectral libraries must to be shipped on CD-ROM. (d) Quantitative analysis software supplied standard, with all calibration spectra, concentrations of components and calibration matrices contained in a single document. (e) The search software must be capable of searching Sadtler libraries, as well as the ability to generate and search user libraries. (f) Every spectrum must include a processing history, which includes all spectral manipulations performed on a spectrum with details of all parameters, and it must be possible to collect a spectrum of another sample based on the processing history of a stored spectrum. (g) The software must have a scripting option available, using Microsoft Visual Basic, for generation of automatic analyses. (28) The system shall incorporate matched "on Axis" optics throughout the system. (29) The system shall have 3 15X Cassigrainian optics including one on the detector. (30) The microscope shall incorporate pass through optics as to not limit the ability to add on a future accessory. (31) The system shall include a MCT focal Plane array detector to allow for imaging spectroscopy. (32) This MCT focal Plane array detector shall be able to perform in both the reflective and transmission modes of the microscope. (33) The software for the focal plane array camera must be supported under Windows 2000, not Windows NT4.6. (34) The vendor must be able to demonstrate an installed base of infrared imaging customers using focal plane arrays in the US, Europe and Japan. (35) The instrument vendor must have successfully installed and operated an infrared spectroscopic imaging system at or near the customer site in the past 12 months. (36) The system must have a large sample capability, up to 4 mm square sample size for use in both the mid and near IR. (37) The IR microscope accessory must be capable of having two focal plane array cameras installed simultaneously. (e.g. MCT and InSb). (38) The software must be capable of Mosaic-ing the image. (39) A large sample accessory for collecting images larger than 5 mm must also be provided. (40) The microscope shall be of an infinity corrected optical design encompassing motorized apertures. (41) The matched optics shall have a numerical aperture of 0.5. (42) This system must utilize all reflecting optics in the IR Path. It shall be of an Independent, totally contained scope design. (43) The system design shall be capable of both transmission and reflectance microscopy. (44) The condenser magnification optics must employ a mirror. It must have kinematic detector mounts as standard with optically matched components. It must also be designed to ensure "on axis" alignment of both IR and Visible light. (45) The system shall also feature "on axis" variable illumination. (46) The system shall be capable of resolving objects with diffraction limited spatial resolution of less than 10 microns, and It shall also be able to perform both Raman and Infrared measurements. (47) The system must have the ability to optimize the optical image of both the Infrared and the visible light in an automated manner. (48) The system shall also be able to cover the Near IR as well as the Mid IR, with appropriate sources and detectors using both 100 and 250 micron size detector elements in addition to single point detectors as well as FPA detectors. (49) The microscope shall have optionally obtainable focal plane array detectors of varying capabilities. These array detectors shall fit into the system, with no modifications to the existing frame. (50) The system must be capable of having dual detectors co-residing at the same time. The detector combination shall include dual single point, dual FPA or any combination of the two. (51) This system shall have an optionally available slide on ATR objective that is supplied with calibration standards to ensure positioning accuracy. (52) The system must be able to use a focal plane array detector and collect data and image in conjunction with a slide on ATR accessory. A grazing angle accessory shall also be optionally offered. (53) The stage provided is a motorized type with a minimum of 25mm working distance. It shall also have large sample reflectance abilities. It shall be of open throat design for large samples requiring that added flexibility. The system shall have an optionally offered "side port stage" or other attachment for oversized samples. (54) Visual observation of the sample can be either from a binocular attachment or by the integral video camera. Video capture software/hardware shall be included. The illumination of the sample must be variable and not a fixed intensity. (55) Data communication transmission to the spectrometer shall be made by USB transmission. The ability to operate the spectrometer from the microscope is an essential prerequisite. (56) Installation and training at the NIST laboratory shall be included. (57) A one-year on-site warranty on parts and labor shall be included.*****A description of brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, shall: (a) meet the salient physical, functional, or performance characteristics specified in this RFQ; (b) clearly identify the item by brand name, if any, as well as make or model number; (c) include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (d) clearly describe any modifications the quoter (vendor) plans to make in a product to make it conform to the RFQ requirements.***** Delivery is required within ninety (90) days or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD.*****The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability; (B) Past Experience; (C) Past Performance; and (D) Price. Technical factors and Past Performance, when combined, are more important than Price.***** Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly demonstrates that the offered products meet the specifications listed herein.*****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable portable x-ray residual stress measuring systems for the types of applications described herein. Quoters shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase.*****Evaluation of Past Performance will be conducted to determine overall product quality and service with respect to technical and administrative issues.*****The Government will base its evaluation of Past Experience and Past Performance on information obtained from references provided by the quoter and/or from other sources available to the Government.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the requirement and the ability and willingness to comply with the Government's specifications of need.*****All vendors should provide the following: (A) Quotation including all Line Items and References, signed, and in duplicate; (B) Description and Product Literature, in duplicate; (C) Commercial Price List(s), one copy; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial.***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-8, Utilization of Small Business Concerns; (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19) 52.225-5, Trade Agreements; (21) 52.225-13, Restriction on Certain Foreign Purchases; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm The clause 52.211-6, Brand Name or Equal, applies to this acquisition. Copies of above-referenced clauses are available at www.arnet.gov/far/ . *****All interested, responsible vendors should submit quotation packages to arrive on or before AUGUST 27, 2002, 3:00 PM (Washington DC Time), to the National Institute of Standards and Technology, Acquisition and Logistics Division/Contracts Office, ATTN: TAMARA GRINSPON (02-837-6791), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Hand-delivery of quotes is discouraged, as heavy security requirements may result in considerable delays. Faxed and Emailed quotes will NOT be accepted. Responsibility for getting quotation packages to the Contracts Office on/at the date and time specified above rests solely with the prospective vendor. In no way will the Government be responsible for late arrival (after the deadline) of quotations.* NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-AUG-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 27-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/02-837-6791-1/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology Shipping and Receiving, Building 301 100 Bureau Drive Gaithersburg, MD 20899-0001
 
Record
SN00178074-F 20020929/020927220654 (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.