Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

66 -- WAVELENGTH DISPERSIVE X-RAY SPECTROMETER (WDS) SYSTEM

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG0510834Q
 
Response Due
8/10/2005
 
Archive Date
7/26/2006
 
Description
This notice 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 solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for NASA/GSFC has a requirement for a Wavelength Dispersive Spectrometer to be attached to a Carl Zeiss SMT (formerly "LEO Electron Microscopy") Supra-50VP scanning electron microscope (SEM). The WDS will be used in conjunction with the SEM and energy dispersive x-ray spectrometer (EDS) to support various failure analysis, quality assurance, and product development tasks. The WDS system will be used to complement the EDS system by providing superior energy resolution and superior sensitivity in order to resolve peak overlaps and to provide quantitative composition analysis. The "working distance" of the WDS--the distance from the SEM final lens to position along the electron beam axis where the acquired x-ray signal is at maximum intensity--should coincide with the 8.5mm working distance of the current EDS system so that specimens need not be moved to use both WDS and EDS systems. The types of samples to be analyzed vary widely, as do the purposes of the analyses. The samples will include aluminum, stainless steel, and titanium alloys; multilayer microelecromechanical systems (MEMS) devices; and others. Analysis tasks will include identifying contaminants, verifying materal compositions, mapping multi-phase materials, and others. The WDS system must therefore exhibit flexibility, ease of use, and broad spectral coverage. Physical Specifications: 1. The WDS System shall be capable of being mounted to the 5-in by 7-in (approximate) WDS port on the existing Supra-50VP scanning electron microscope. 2. The preferred working distance of the mounted WDS is 8.5mm. The working distance of the mounted WDS shall be no less than 8.5mm. The working distance of the mounted WDS shall be no more than 13mm. 3. The WDS system shall be sealed such that it will withstand an SEM sample chamber pressure of 1 x 10-7 torr without leakage. 4. The WDS system shall not impose any mechanical vibration at the SEM interface when the WDS system is not in operation. 5. The WDS system shall not cause any physical interference with the specimen stage or detectors present in the SEM chamber. 6. The WDS system shall not cause any interference with the SEM or energy dispersive spectrometer system when the WDS system is not in operation. The WDS system may assume control of SEM functions as required during spectrum acquisition or x-ray map acquisition. Performance Specifications: 7. The WDS system shall be capable of detecting x-rays in the range 0.18 keV to 10 keV, with continuous coverage over the specified range. 8. The WDS system shall be capable of acquiring spectra with a nominal 300 pA electron beam impinging on the sample. 9. The WDS system shall utilize the diffraction of x-rays by crystal or layered targets to achieve wavelength dispersive x-ray spectroscopy. 10. The selection of the diffracting crystal(s) appropriate to a given energy range shall be performed by the WDS system. 11. Switching of diffracting crystals, when required, shall be performed by the WDS system. System Tools: 12. The WDS system shall be capable of acquiring an x-ray spectrum over a user-selected energy range within the range specified above. 13. The WDS system shall display acquired spectra with intensity and energy axes. 14. Acquired spectra shall be scalable in both the intensity and energy axes. 15. The WDS system shall be capable of displaying the theoretical peak positions of the x-ray emissions of all detectable elements in the spectral range. 16. The WDS system shall allow the labeling of x-ray lines selected by the user. 17. The WDS system shall store or export spectra in a standard file type (e.g., TIFF, JPEG, et al.) for inclusion in electronic documents. 18. The WDS system shall be capable of performing quantitative analysis. 19. The WDS system shall be capable of communicating with the SEM in order to determine the magnification, accelerating voltage, and beam current condition. 20. The WDS system shall be capable of digital x-ray mapping for a minimum of 5 selected elements in addition to a captured secondary electron image. General Requirements: 21. The contracted cost of the system shall include on-site installation of the equipment at the Goddard Space Flight Center, Greenbelt, MD. 22. The contracted cost of the system shall include a one-year warranty on all parts and services or a one-year comprehensive service and maintenance agreement, the one-year period to begin on the date of acceptance. The provisions and clauses in the RFQ are those in effect through FAC 01-26. The NAICS Code and the small business size standard for this procurement are 334513 and 500 respectively. The offeror shall state in their offer their size status for this procurement. This is not a small business set-aside. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Goddard Space Flight Center, Greenbelt, MD 20771 is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 p.m. COB August 10, 2005 to Sandra R. Harrell, NASA Goddard Space Flight Center, Mail Code 210.3, 8800 Greenbelt Road, Greenbelt, Maryland 20771 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUL 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-34 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 All contractual and technical questions must be in writing (e-mail or fax) to Sandra R. Harrell not later than August 1, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#116531)
 
Record
SN00855265-W 20050728/050726212941 (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.