Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

66 -- X-ray Microanalysis Energy Dispersive Spectroscopy (EDS) and Digital Image Acquisition

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
SB1341-04-Q-0695
 
Response Due
7/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being conducted on a competitive small business set-aside basis among (a) original equipment manufactures that are small under NAICS 334516 and manufacture the required system in the USA or its outlying areas and (b) authorized resellers that are small under NAICS 334516 that sell systems manufactured in the USA or its outlying areas by one or more US small businesses. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-04-Q-0695; the solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 01-24. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 334516, and the size standard is 500 employees. MINIMUM TECHNICAL REQUIREMENTS FOR THE SYSTEM BEING PROCURED: NIST requires an X-ray Microanalysis Energy Dispersive Spectroscopy (EDS) and Digital Image Acquisition System for use with an existing JEOL 840A Scanning Electron Microscope (SEM) to conduct its research programs. This X-ray Microanalysis EDS and Digital Image Acquisition System shall be able to both digitally image and qualitatively and quantitatively analyze all elements from B to U on bulk material and thickness and compositional measurements on thin films. The system MUST be compatible with, and have the capability to be fully integrated with, an existing eighteen-year-old JSM-8401 SEM, serial number 1320051-29, that NIST already owns. The system shall have the capability to be fully integrated with the existing JEOL WDS spectrometer. The SEM host is located in Building 223, Room B152. The JEOL 840A SEM is currently installed and operating at the U. S. Department of Commerce, National Institute of Standards and Technology, Materials Science and Engineering Laboratory, Metallurgy Division in Gaithersburg, Maryland. The list of contract line item numbers (CLIN), their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, X-ray Microanalysis EDS and Digital Image Acquisition System for use with existing JEOL 840A SEM; Quantity: 1; Unit of Measure, Each; The CLIN 0001 system must meet or exceed the following specifications: EDS Detector: Si (Li) Crystal LN2 free Energy Resolution <138 eV (FWHM) @ 5.898 keV (Mn K) and 2500cps Energy Resolution <70 eV (FWHM) @ 0.282 keV (C K) and 2500cps High speed count rate > 105 cps Active area 10 mm2 Take-off angle 400 2. EDS Software Acquisition of spectra into 25 (maximum) individual windows 0 to 40 keV spectral range at 10 eV per channel One click operation for acquisition, automatic peak identification, Identification through periodic table or element buttons KLM markers on/off Export of spectra to standard image file formats (e.g., TIFF, JPEG, BMP) Point and click cursor displays energy, counts, and possible elements present Customizable Automatic element identification and labeling of peak Customizable spectrum display (colors and fonts) for both on-screen display and printing Complete customization of analysis report output Microscope geometry setup and take-off angle calculator Detector crystal and window setup calculator Spectral overlay for comparison or background removal Automatic energy calibration 3. EDS Quantitative Software One-click quantitative analysis Automatic correction for background removal Automated Standardless Quantification using ZAF, PRZ, Thin-film on substrate, Free Thin-film corrections. Quantitative analysis with pure-element standards, compound (including oxides) standards, or any combination. Spectral matching 4. Thin Film EDS Analysis Quantitative compositional and thickness measurements 5. Digital Imaging with JEOL 840A SEM Microsoft Windows (2000, XP) interface Image Acquisition at up to 4096 x 4096 resolution Square pixels 1:1 aspect ratio Image pixel averaging: 2, 4, 8, or 16 Image Frame Averaging Acquisition of gray scale in 12-bit resolution Display images at 24-bit color resolution (16.7 million colors) Export Images Gray level Histograms External Digital Interface to JEOL 840 SEM Additional input Interface (2nd SEI, BSE, etc) Digital Interface to SEM Scan Generator 64, 128, 256, and 512 Microsoft AVI (Streaming Video) 8 and 12 Bit Digitalization Integrates with Stage Automation Text and Audio Annotations 6. Image Analysis Particle counting and sorting Particle inclusion and exclusion Particle classification by chemical composition (EDS data) Electron-beam control for particle, feature scanning, or spot-mode analysis Particle sorting by dimensional criteria Sobel, Laplace, vertical, and horizontal edge filtering Image Stitching 3D Stereo Imaging 7. Digital Imaging Workstation, Including, at a Minimum: 3 GHz Processor 1 Gb Ram 17? Flat Panel Display 80 GB IDE Hard Drive CD-RW/DVD Burner Microsoft Office XP Canon i9900 Ink-Jet Printer (brand name or equal; minimum resolution of Canon i9900 is salient characteristic) CLIN 0002, Trade-In of existing X-ray system w/So (Li) Detector; NIST Property Tag Number NBS 52-44-64; Model No. JXA 840 Scanning Microanalyzer; Serial No. 130051-29 (the instrument is 18 years old); Quantity: 1, Unit of Measure, Each. CLIN 0003: Installation and Acceptance Testing of CLIN 0001 at NIST; Quantity: 1; Unit: Job. CLIN 0004: On-Site (at NIST) Training for Up to Three NIST Personnel for Normal Use of CLIN 0001; Quantity: 1; Unit: Job. The Offeror shall include, in the quotation, any additional equipment or software, with associated pricing, that would be required to efficiently operate all instrument features specified in this document if they are not standard equipment or not explicitly stated in the specifications. INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001 The Contractor shall install the system only after the system is delivered to NIST shipping and receiving and is thereafter redelivered by NIST shipping and receiving personnel to the laboratory in which it will be installed. Thereafter, the Contractor must install the system and perform acceptance testing on samples provided by the Metallurgy Division at NIST, including thin films, and polished mounts of alloys and oxides. Installation and acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. This acceptance testing must be performed in the presence of the Contracting Officer?s Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the original equipment manufacturer. In addition, the Contractor shall perform the following test procedures as part of the acceptance testing routine: - Energy Resolution tests on Al2O3, SiO2 and Mn. - X-ray peak position and shape dependence on the count rate - Compositional analysis on bulk sample provided by NIST - Thin Film thickness and compositional analysis on samples provided by NIST - Particle analysis on samples provided by NIST - SEM Magnification Calibration test The COTR will indicate acceptance of the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED ABOVE ARE MET, and the system is demonstrated to be fully operational and operate as intended by the manufacturer. ON-SITE (AT NIST) TRAINING FOR NORMAL USE OF CLIN 0001 The Contractor shall provide on-site training for up to three (3) designated NIST personnel for the normal operation of all hardware and software for CLIN 0001. This training must be done on-site at NIST within 3 days after NIST acceptance of CLIN 0001, and is only required if CLIN 0001 is accepted by NIST. The provision at FAR 52.212-1, Instructions to Offerors?Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 ALTERNATE II; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR SUBMITTING AN OFFER: OFFERS WILL BE CONSIDERED ONLY FROM SMALL BUSINESS ORIGINAL EQUIPMENT MANUFACTURERS FOR PRODUCTS MANUFACTURED IN THE USA OR ITS OUTLYING AREAS, OR THEIR AUTHORIZED SMALL BUSINESS USA RESELLERS ONLY. 1. The offer must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under ?Current FAR? in either .html format or .pdf format. 2. The offer must include detailed specifications and any other relevant technical data for the offered system. 3. The Offeror must provide at least three (3), but preferably five (5), past performance references for SIMILAR contracts/orders completed within the past 3 years (or which are currently being completed), to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number; 4. Offeror must indicate both duration of warranty AND nature of warranty offered for Item Number 0001 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); 5. OFFEROR MUST PROVIDE DETAILED INFORMATION REGARDING HOW WARRANTY SERVICE WOULD BE PROVIDED, IF NECESSARY, BY THE CONTRACTOR AFTER AWARD, INCLUDING, AT A MINIMUM, RESPONSES TO THE FOLLOWING (A) THROUGH (E): (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (e) The Vendor's warranty shall not begin until the instrument has passed all acceptance testing requirements and meets all technical specifications described in this document. Any consumables required to run the instrument during the acceptance testing shall be supplied by the Vendor at no extra cost to NIST. 6. Indication of maximum number of days, after receipt of order, that Item Number 0001 would be delivered to the NIST shipping and receiving dock; 7. List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of CLIN 0001 (applies ONLY if the Offeror would not allow NIST to install the item in NIST?s lab); and 8. List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Availability of spare/replacement parts; (3) Ease of obtaining timely warranty service for Item Number 0001; (4) past performance information for the Offeror, and (5) evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are significantly more important than evaluated price. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.PALENCIA@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR CLIN 0001 WILL ONLY BE MADE AFTER THE GOVERNMENT RECEIVES THE ENTIRE SYSTEM AND THEREAFTER ACCEPTS IT PURSUANT TO THE ACCEPTANCE TESTING REQUIREMENTS. THE CONTRACTOR MAY THEN SUBMIT A PROPER INVOICE FOR PAYMENT OF THE ITEM TO THE NIST ACCOUNTS PAYABLE OFFICE. (ADVANCE PAYMENTS WILL NOT BE MADE TO THE CONTRACTOR BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.PALENCIA@NIST.GOV SO THAT THEY ARE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN 12:00:00PM EASTERN TIME ON THE CLOSING DATE FOR THIS SOLICITATION.
 
Record
SN00615426-W 20040708/040706211630 (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.