Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2002 FBO #0311
SOLICITATION NOTICE

66 -- X-RAY IMAGING AND SCATTERING FACILITY

Notice Date
10/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
8-1-2-SD-D7438-revised
 
Archive Date
10/7/2003
 
Point of Contact
Glen A. Alexander, Contract Specialist, Phone (256) 544-3797, Fax (256) 544-9354, Email glen.alexander@msfc.nasa.gov - Stephen S Stewart, contract specialist, Phone (256) 544-5061, Fax (256) 544-9354, Email stephen.stewart@msfc.nasa.gov
 
E-Mail Address
Email your questions to Glen A. Alexander
(glen.alexander@msfc.nasa.gov)
 
Description
NASA/MSFC plans to issue a Request for Quote for a x-ray imaging and scattering facility as described below. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government may or may not acquire a commercial item using FAR Part 12. See note 26. The NAICS Code and Size Standard are 339111 and 500, respectively. The DPAS Rating for this procurement is DO C9. All qualified responsible sources may submit a quote which shall be considered by the agency. NASA / MSFC procurement reserves the right to hold discussions / fact finding with any of the responders to this RFQ as is determined to be in the best interest of the government. NASA / MSFC reserves the right to acquire all or any part of the items specified under this RFQ as determined by the contracting officer in consultation with the program scientist to be in the best interest of the government. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 2000 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html NASA/ Marshall Space Flight Center intends to procure an X-ray diffraction and imaging instrument with the following specifications, features, and requirements. Laboratory and In-Flight In Situ X-ray Imaging and Scattering Facility for Materials, Biotechnology and Life Science Item 1. X-ray generator: A compact 18 kW x-ray generator with movable tabletop rotating anode tube assembly (horizontal housing) shall be used as an x-ray source for x-ray topography and high resolution diffraction work. Target: Molybdenum (Mo). Focal spot size on the target: 0.5mm?10 mm (standard). Effective size at 6 degrees take-off angle: 0.5mmx1mm (point focus). Safety features shall include: x-ray ?On? warning light, abnormal cooling water flow and pressure detection, abnormal source generator overload and source voltage detection, abnormal target revolution detection, vacuum level detection , emergency stop switch, leak current breaker, and x-rays completely shut off if shutter and/or any fail-safe device failures occur. A 18 kW non-refrigerated heat exchanger for water supplies lower than 50 degrees F. will be required. Chill water (43 degrees F.) will be available at the installation site. Item 2. Copper (Cu) target: Allowable load for a Cu target shall be 18 kW for a focal spot size 0.5 mm?10 mm (standard). The target must be completely compatible with the x-ray generator (item 1). Item 3. Four bounce monochromator unit: A high precision four bounce monochromator unit composed of two channel-cut germanium (Ge) crystals in the (+n, -n, -n, +n) arrangement shall be used to produce highly collimated K (alpha 1) radiation. Switching from a four bounce mode to a two bounce mode and vice versa shall be routinely allowed by motorized motions. An adjustable x-y slit (0-10 mm) shall be used to define the exit-beam size. An adjustable x-y slit (0-10 mm) collimator, which includes a slot to allow a beta filter to be inserted into the beam path, shall be used to provide a polychromatic beam mode. Crystal material and orientation: Ge (111) Reflections: 111 (primary) and 333 Beam divergence: 7-9 arc seconds for four-bounce Ge (111) and Mo K (alpha 1) Rotation Bragg-angle range: -1 to 60 degrees Rotation resolution (omega/theta): 0.0001 degree. Rotation repeatability: 0.001 degree Translation resolution (for motorized motion): 2 microns. Translation repeatability (for motorized motion): 1 micron. Item 4. Four-circle goniometer and sample stages: A large full-circle Eulerian cradle with offset Phi circle is required. The Phi circle rotates perpendicular to the Chi circle axis. and both circles must move smoothly over full 360 degrees under both manual and motor controlled motion modes. The inner diameter of the Chi circle shall be greater than 360 mm, allowing various types of growth chambers or cells to be accommodated for in situ experiments. The goniometer provides four circle motions, i.e., Phi, Chi, Omega (Theta), and 2Theta, and must be strong enough to afford a sample and/or growth cell weight up to 8 kgs. Sample adjustment stages shall include: a large goniometer head together with a pin and spacers; a Z stage, and an XY-translation unit. The goniometer head with a threaded ring at the base, which can fit into the center of the Phi circle, shall provide four adjustable axes for centering and orienting single-crystal samples. Both manual and motor controlled motion modes are required for the Z stage that is mounted on the Phi axis and used for centering samples along the vertical direction. The removable XY-translation unit shall fit into the Phi center (after removing the goniometer head). A furnace for high temperature crystal growth (The furnace will be provided by MSFC, and the temperature at the furnace surface is up to 140 degrees F) shall be allowed to be mounted directly into the Phi center and onto the top of the XY stage Sphere of confusion for Chi, Phi, and Omega: 20 microns or less Parallelism of Chi plane and Phi axis: 20 arc seconds or less For Chi rotation, the travel range shall be 360 degrees with a resolution of 0.001 degree. Repeatability: better than or equal to 0.01 degree. For Phi rotation, the travel range shall be 360 degrees with a resolution of 0.002 degree. Repeatability: better than or equal to 0.01 degree. For Omega (Theta) scan the travel range shall be 360 degrees with a resolution of 0.0001 degree. Repeatability: 0.001 degree. Speed: not less than 0.5 degree/second. For 2Theta scan the travel range shall not be less than ?80 degrees to +160 degrees with a resolution of 0.0001 degree. Repeatability: 0.001 degree. Speed: not less than 0.5 degree/second. For goniometer head the travel range shall be +/-12.5 mm for X and Y, and +/-22 degrees and +/-21 degrees for Rx and Ry , respectively. Reading accuracy: 0.1 mm for X and Y, and 0.1 degree for Rx and Ry . For XY-translation the travel range shall be +/- 50 mm with a resolution of 2 microns. Repeatability: 2 microns. For Z stage the travel range shall not be less than +80mm/- 20 mm with a resolution of 1 micron. Repeatability: 2 micron. Item 5. Scintillation counter unit: A high efficiency scintillation counter having a dynamic range from 1 to 1,000,000 counts/second. The scintillation counter shall be used for diffraction measurements under both double-axis and triple-axis diffractometer modes. An adjustable x-y slit can be placed in front of the scintillation counter (under the double-axis diffractometer mode). Item 6. Oscilloscope : An oscilloscope shall be directly connected with the scintillation counter (item 5) for fast readout. Item 7. Film cassette unit: A removable film cassette shall be used as a holder for high spatial resolution nuclear emulsion plates and other x-ray films. The design shall allow the film-to-sample distance to be varied. Item 8. Digital x-ray charge-coupled device (CCD) camera and image acquisition software: An x-ray CCD camera with a frame rate up to 10 frames/second shall be used for in situ real time x-ray topography experiments. Software shall include tools to capture images and sequential images with user-specified interval time, and to display and analyze images. The x-ray CCD camera shall be manually removable and interchangeable with the film camera. Spatial resolution: 30 microns, viewable area: 20 mm diagonal. Item 9. Crystal analyzer unit: An analyzer unit with an adjustable x-y slit in front of crystal analyzers shall enable single-bounce and triple-bounce diffraction measurements. Motorized translation motions for switching from the single-bounce diffraction configuration to the triple-bounce diffraction configuration and vice versa shall provide one micron resolution and repeatability. Switching from the double-axis-diffraction optics mode to the triple-axis-diffraction optics mode and vice versa shall be computer-controlled. Analyzer material and orientation: Germanium (111) Rotation resolution (omega/theta): 0.0001 degree/step Repeatability: 0.001 degree. Item 10. Microscope video system for alignment of crystals: (a) Video lens having zoom capability (1-2.2?) and offering a focusing distance from two inches to infinity. (b) Black-white ? inch CCD camera and 13" monitor with magnification 20-400?. (c) Fiber optic illuminator. The system shall provide fine movement for adjusting working distance as well as smoothness in sideway movement and height adjustment. Item 11. Radiation Enclosure: A hutch-like enclosure with sliding doors and viewing windows shall be interlocked to the x-ray generator to prevent any accidental x-ray radiation exposure. The design shall provide convenience for setting up experiments, aligning x-ray optics, and changing parts. The enclosure shall be installed at least three feet away from the periphery of the instrument on the diffractometer side, but installed directly on the top of the source table on the x-ray generator side. Ionized radiation shall not be greater than 0.1 Millirem/hour at contact on the outside enclosure of the system. Item 12. Supporting structure: Supporting structure shall provide stability to afford high precision motions and measurements, and shall have height adjustment to allow the x-ray system to be leveled and the diffractometer to be matched to the x-ray generator. Item 13. X-ray optics alignment software: Software shall allow reconfiguration of optics: (a) switching from one to another among the incident-beam optics modes defined in item 3 (including the fine translation adjustment of the x-ray source head or the goniometer base required for the optics change from four-bounce to two-bounce and vice versa), (b) switching from single-bounce to triple-bounce diffraction and vice versa as defined in item 9, (c) switching from the double-axis diffraction mode to the triple-axis diffraction mode and vice versa. Item 14. Data acquisition software: A software package for data acquisition and visualization is required. It shall allow for x-ray diffraction (rocking curves and reciprocal space maps) and topographic measurements of both semiconductor and protein single crystals. The software shall also provide the following functions: (a) optimize sample orientation, and (b) automatically search for and index reflections of randomly oriented single crystals. If no such software is available, a SPEC software package shall be used as an alternative to this requirement. Item 15. Those qualified business sources who are capable of customizing the complete x-ray instrument are encouraged to submit proposals. It is critical that offerors describe technical information in sufficient detail to satisfy the specifications/ requirements as well as pricing information on every item (including individual parts within each item, if applicable). Proposals that lack such details may not be considered for this award. The government reserves rights to discuss and negotiate each item (including individual parts within each item, if applicable) and prices with offerors, and to make modifications (if necessary). Final design and configurations shall be approved by the government prior to production. An awardee shall be responsible for installation, integration, and test measurements (including training). The output through this contract is to deliver a fully functioning x-ray system to MSFC together with user?s manuals and standard documentation on the instrument. Acceptable quotes shall give sufficient information to enable MSFC to determine of they meet the specifications / requirements, determine cost for each item as listed above, and any other information as deemed relevant by the quoter. The provisions and clauses in the RFQ are those in effect through FAC 2001-05 (3/7/02). All qualified responsible business sources may submit a quotation which shall be considered by the agency. Proposed delivery schedule shall be included in the response submitted to this RFQ. Delivery shall be FOB Destination. The Quotations for the items(s) described above are due by November 22, 2002 at 4:30 PM CDT and may be mailed or faxed to Procurement Center, Marshall Space Flight Center, PS32-G/Glen Alexander, Marshall Space Flight Center, AL 35812. The fax number is (256)544-9354. Include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), and identification of any special commercial terms. The offer must be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation electronically. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (E.O.13126); and 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332) 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 Questions regarding this acquisition must be submitted in writing and received by this office no later then 4:30 PM CDT November 8, 2002. Contract award will be based upon over-all best value to the Government, with selection based upon three factors: technical merit, price, and proposed product delivery date. Technical merit is the most important evaluation factor. Its total value shall be sixty percent (60%). It is critical that offerors provide adequate technical detail to allow evaluation of their offer (see FAR 52.212-1(b). The second most important evaluation factor is total product price and is valued at thirty percent (30%). The final evaluation factor shall be the proposed product delivery date and shall be valued at ten percent (10%). This factor is defined as a proposed early delivery date for all hardware and installation of associated computer software. To be considered early delivery, the proposed date must be at least thirty (30) days prior to the required delivery date, which is three hundred and thirty (330) days after receipt of order (ARO). Any proposed early delivery date shall become a firm required delivery date (RDD) in the contract award. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Point of Contact Name: Stephen S Stewart Title: contract specialist Phone: (256) 544-5061 Fax: (256) 544-9354 Email: stephen.stewart@msfc.nasa.gov Name: Glen A. Alexander Title: Contract Specialist Phone: (256) 544-3797 Fax: (256) 544-9354 Email: glen.alexander@msfc.nasa.gov
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#103337)
 
Record
SN00183869-W 20021009/021007213631 (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.