Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

66 -- Atomic Force Microscope (AFM) System

Notice Date
8/30/2004
 
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-0941
 
Response Due
9/7/2004
 
Archive Date
9/8/2004
 
Point of Contact
Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
joseph.widdup@nist.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. The Solicitation Number is SB1341-04-Q-0941. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. THIS SOLICITATION IS BEING CONDUCTED ON A COMPETITIVE, UNRESTRICTED BASIS AMONG (A) ORIGINAL EQUIPMENT MANUFACTURERS AND (B) AUTHORIZED RESELLERS. The North American Industrial Classification System (NAICS) (see http://www.census.gov/epcd/www/naics.html) code for this solicitation is 334516, and the small business size standard for that NAICS code is 500 or fewer employees. BACKGROUND ON THIS PROCUREMENT: NIST requires a complete atomic force microscope (AFM) system for high-magnification imaging of biomaterials and living cells consists of an AFM scanner, electronic controller, and computer with image acquisition and analysis software integrated with functions for performing imaging of biological materials under controlled physiological conditions. These functions include a fluid-flow cell, an environmental chamber for maintaining gas pressure and mixtures of nitrogen, oxygen, and carbon dioxide, and a heating stage and controller for maintaining the sample temperature environment at 37 degrees Celsius. The AFM scanner must be capable of measuring topographic features of a sample using contact, intermittent, and noncontact (dynamic) modes in air and in fluid environments and be capable of sampling other sample properties, in particular the electrostatic surface potential, when using a conductive AFM probe that is suitably biased with a voltage relative to a sample, and have the capability to perform magnetic force imaging. These measurements must be performed completely under software control with the AFM tip precisely retracted at a user selectable distance from the sample surface. The list of contract line items numbers and items, quantities and units of measure are as follows,: ITEM NO. 0001, ATOMIC FORCE MICROSCOPE (AFM) SYSTEM, QUANTITY: 1, UNIT, EACH, THAT MEETS OR EXCEEDS THE FOLLOWING MINIMUM SPECIFICATIONS: Complete system consisting of an AFM scanner, electronic controller, and computer with image acquisition and analysis software. The AFM scanner design must allow unobstructed top-down optical access of the AFM tip location relative to the scanned sample area with a high-magnification, long-working distance objective from directly above the AFM cantilever. An optical viewing system is optional. The two-dimensional sample translation stage of the microscope must be capable of accessing AFM imaging positions over a 1.5-centimeter diameter sample surface. The system must be supplied with a vibration isolating table or stand. The AFM scanner must have a lateral imaging range of at least 120 x 120 micrometers and a vertical range of at least 5 micrometers. The noise level in the vertical direction must be less than 0.04 nanometers. The methods used to meet these criteria must be specified. The AFM scanner must be capable of measuring topographic features of a sample using contact, intermittent, and noncontact (dynamic) modes in air and in fluid environments. The controller must be capable of generating phase-detection and frequency-control information related to the cantilever oscillation in intermittent and noncontact modes. The controller must be capable of displaying phase signal variations during imaging and contain active frequency-control circuitry to optimize the sensitivity and stability of the cantilever during imaging. ELECTROSTATIC AND MAGNETIC FORCE IMAGING MODES: The AFM system must be capable of sampling other sample properties, in particular the electrostatic surface potential when using a conductive AFM probe that is suitably biased with a voltage relative to a sample. The system should have the capability to perform magnetic imaging as well. These measurements must be performed completely under software control with the AFM tip precisely retracted at a user selectable distance from the sample surface. BIOLOGICAL IMAGING: As delivered, the system must include functions for performing imaging of biological materials under physiological conditions. These functions include a fluid-flow cell, an environmental chamber for maintaining gas pressure and mixtures of nitrogen, oxygen, and carbon dioxide, and a heating stage and controller for maintaining the sample temperature environment at 37 degrees Celsius. EXTERNAL SIGNAL ACCESS: The AFM system must have the capability, either included or with optional Contractor-supplied hardware, for real-time monitoring, modifying, and displaying sensor and actuator input/output signals between the control unit and the AFM scanner. ITEM NO. 0002 ? CONTRACTOR INSTALLATION AND ACCEPTANCE TESTING OF ITEM NO. 0001, QUQNTITY: 1, UNIT: JOB: The Contractor must install and perform acceptance testing of Item Number 0001 at NIST in Building 217 Room E103 in the presence of the Contracting Officer?s Technical Representative (COTR) or their designee(s). The Contractor shall coordinate the exact date and time for installation and acceptance testing with the COTR within three (3) days after Item No. 0001 arrives at the NIST shipping and receiving facility. The Contractor will not be required to deliver the system from the NIST shipping and receiving dock to Building 217 Room E103; that re-delivery will be performed by NIST. NOTE: NIST ACCEPTANCE FOR ITEM NO. 0002 CANNOT OCCUR UNLESS ALL MINIMUM SPECIFICATIONS FOR ITEM NUMBER 0001 AND ALL ACCEPTANCE TESTING CRITERIA AS LISTED BELOW FOR ITEM NUMBER 0001 ARE MET. MINIMUM ACCEPTANCE TESTING CRITERIA FOR ITEM NO. 0002: The Contractor must, in the presence of the COTR or their designee(s), demonstrate that Item No. 0001 operates as intended by the original equipment manufacturer and meets all minimum technical specifications listed in these specifications. As part of that demonstration, the Contractor must, at a minimum: Demonstrate the system?s ability to generate 3-dimensional topographic images of a suitable calibration test sample to verify the 120 micrometer x 120 micrometer lateral scan range of the AFM scanner; Demonstrate that the noise on the vertical (height) measurement direction is less than or equal to 0.04 nm; Demonstrate electrostatic and magnetic force imaging capabilities using suitable test samples provided by the COTR; Demonstrate the system?s capability to obtain contact and noncontact mode images of samples contained within an aqueous fluid environment; and Demonstrate that operation of the sample heater and gaseous environmental enclosure provide stable temperatures within 2 degrees Celsius and gas flow without degradation of system performance in terms of loss of sensitivity or increase of noise. NOTE: The Government will supply all necessary services for installation, such as electrical, ventilation, and gas handling. ITEM NO. 0003 ? USER DOCUMENTATION FOR ITEM NO. 0001, QUANTITY: 2; UNIT: EACH: The Contractor shall provide two (2) complete sets of user manuals, including appropriate test procedures for Item No. 0001 and documentation that shows how to properly operate Item No. 0001. Delivery for Item Number 0001 MUST be made to the address that will be specified in the purchase order (NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland 20899-0001). PROVISIONS AND CLAUSES THAT APPLY: The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. 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; the additional FAR clauses cited in that clause that apply to this solicitation include: 52.203-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-5; 52.225-13; and 52.232-33. NOTE: ALL FAR PROVISIONS AND CLAUSES CITED IN THIS SOLICITATION ARE ACCESSIBLE AT HTTP://WWW.ACQNET.GOV/FAR UNDER THE BUTTON CURRENT FAR IN PART 52. INSTRUCTIONS FOR SUBMITTING OFFERS: EACH OFFEROR MUST PROVIDE RESPONSES TO THE FOLLOWING DIRECTLY TO JOSEPH.WIDDUP@NIST.GOV SO THAT THEY ARE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN THE CLOSING DATE AND TIME FOR THIS SOLICITATION (SEPTEMBER 7, 2004 AT 2:00:00PM EASTERN TIME): (1) Detailed technical literature that shows what is being offered for each of the solicitation item numbers (including specifications that indicate dimensions, performance characteristics, functions, etc.); (2) Indication of both duration of warranty AND nature of warranty offered for each item number (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); (3) Firm-Fixed-Price for Item No. 0001, 0002 and 0003, in a SEPARATE document from the specifications (please keep the pricing separate from everything else, in its own document); (4) At least three past performance references for SIMILAR contracts/orders completed within the past 3 years, 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, the nature of the product sold to them, when it was sold to them, and, if applicable, purchase order or contract number; (5) Completed copy of FAR provision 52.212-3, which is accessible on the internet in .html format for .pdf format at http://www.acqnet.gov/far under the button Current FAR in Part 52 (may be faxed to Joseph Widdup at (301) 975-8884 if they cannot be emailed); (6) Indication of when Item Number 0001 would be delivered to the NIST shipping and receiving dock after receipt of order (i.e., how many days after receipt of order); (7) List of what items and/or services that NIST would have to provide in addition to those listed in the specifications (if applicable) to the Contractor during installation for the Contractor to complete the installation and/or acceptance testing of Item Number 0001); (8) List of assumptions made by the Offeror in submitting the quote that relate to Contractor performance after award. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO JOSEPH.WIDDUP@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: After award, payment for each item will ONLY be made AFTER the Government receives them and accepts them, and the Contractor thereafter submits a proper invoice to the NIST Accounts Payable Office for those line items. (Advance payment for a given item number will not be made to the Contractor before NIST accepts the applicable line item.) PRICING FOR ALL OFFERED ITEMS MUST BE VALID FOR AT LEAST 30 DAYS. EVALUATION FACTORS FOR AWARD: Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical acceptability of items offered, in terms of whether they meet or exceed the specifications listed in this solicitation; (2) past performance information for the Offeror, and (3) evaluated price. Non-price evaluation factors are equally important and, collectively, are approximately equal in importance to evaluated price.
 
Record
SN00660078-W 20040901/040831063728 (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.