Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

66 -- Atomic Force Microscope

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0207
 
Response Due
2/28/2006
 
Archive Date
3/15/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS UNDER THE AUTHORITY OF THE FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, AND IS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-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 IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. To qualify as a small business, the manufacturer and the distributor must be classified as a small business under the NAICS code identified above. Reference Numbered Note 1. The National Institute of Standards and Technology (NIST), has a requirement for (1) each Atomic Force Microscope. An atomic force microscope is needed to measure the dimensions and material properties of nanoscale structures on surfaces. The microscope must be capable of all forms of routine scanning probe microscopies including tapping, lateral force, and contact, with additional capabilities for conductive and magnetic force microscopy. The microscope must be capable of measuring surface topology with sub-nm resolution in height and nanometer resolution in lateral dimensions. Additional capabilities are required in the form of measuring samples on a heated stage or immersed in liquids or gases. The microscope must provide for simultaneous measurements with optical microscopy and a capability to subsequently add visible light based probes. All interested offerors shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Atomic Force Microscope meeting or exceeding all of the following required specifications: (1) Capability for tapping mode, lateral force mode, and contact mode microscopy; (2) Vertical scan range of tip must be greater than or equal to 25 micrometers; (3) Closed loop x-y scanning with scan range greater than or equal to 90 micrometers; (4) z height noise for imaging must be less than 0.1 nm. Lower is preferred; (5) x-y position noise must be less than 1 nm absolute deviation. Lower is preferred; (6) Motorized control of coarse x-y scanning with capability to move a distance greater than or equal to 3 mm; (7) Two optical objectives, one in top view and one in bottom view of the sample, with interchangeable illumination source. Objectives port light into computer controlled CCD cameras providing a capability for focusing on a minimum field of view less than or equal to 350 x 350 microns and a maximum field of view greater than or equal to 1000 x 1000 microns; (8) White light fiber optic illuminator compatible with optical objectives; (9) Sample stage capable of holding and measuring samples of lateral dimensions greater than or equal to 60 x 60 mm, a sample thickness of greater than or equal to 20 mm (10) Capability to independently superimpose data from magnetic force microscopy and conductance microscopy scan data over 3-D topology data to analyze the signal correlations; (11) Open source software code with capabilities for automation of scans through user defined programs; (12) Images must be exportable to standard graphic formats used in publication including PNG, TIFF, and JPEG; (13) Nanomanipulation of force mode, often referred to as nanolithography, using both user inputted free hand curves and graphic data files, with user controlled voltage, amplitude, and tip deflection; (14) Computer for control and automation of device with 2 monitors, one for control of the device and one for viewing the scan, running under Windows XP operating system; (15) Instrument must be mounted within an acoustic noise enclosure that sits atop a vibration isolation table not larger than 36?W x 36?D, with a load capacity of at least 100 kg, and at least 30 decibel frequency damping from 1 to 1000 Hertz; (16) A minimum one year warranty covering all parts and labor. LINE ITEM 0002: Quantity one (1) each High Temperature Hot Stage meeting or exceeding all of the following requirements: (1) Temperature control from room temperature up to 250 degrees C plus or minus 1 degree C with temperature overshoot less than or equal to 5 degrees C; (2) Automated control of temperature with capability for user defined temperature profiles during programmable scans; (3) Sample chamber with inlet and outlet for controlled gas flow across sample during heating; LINE ITEM 0003: Quantity one (1) each Closed Liquid Cell with Temperature Control meeting or exceeding all of the following requirements: (1) Capability to measure samples immersed in fluid, especially water, with inlet and outlet ports to allow fluid flow through sample chamber; (2) Closed loop temperature control from room temperature up to 80 degrees C within 0.1 degree C of set temperature; (3) Temperature ramping must be greater than or equal to 5 degrees C/min; (4) Temperature overshoot must be less than or equal to 0.5 degrees C when ramping up or down to a set temperature; (5) Must be constructed from biologically and chemically inert materials such as Teflon?, stainless steel, Viton?, and glass; (6) Allowable sample size must be greater than or equal to 35 mm in diameter and 2 mm in thickness; LINE ITEM 0004: Quantity one (1) each Conductive AFM Mode meeting or exceeding all of the following requirements: (1) Ability to perform conductivity measurements across the surface through the use of conductive AFM tips and appropriate module; (2) Capability to measure current-voltage (I-V) curves at given locations in the AFM image; (3) Amplifier gain must range from no more than 10 to the 7th power to 10 to the 9th power V/A; (4) RMS noise must be less than or equal to 1 pA; LINE ITEM 0005: Quantity one (1) each Magnetic Force Microscopy meeting or exceeding all of the following requirements: (1) Ability to map the magnetic field across the surface by measuring the force experienced by a magnetic AFM tip; (2) Must be able to apply an in plane magnetic field with a magnitude greater than or equal to 2000 Oe; (3) Must be able to control the magnitude of the applied magnetic field to within 1 Oe measured through an integrated Gaussmeter; (4) Magnetic field intensity must be controlled by user through software; LINE ITEM 0006: Quantity (1) each Humidity Chamber with the ability to perform measurements in a humid environment, where the humidity can be monitored. LINE ITEM 0007: INSTALLATION: Installation shall include, at a minimum, unpackaging of all equipment, removal of trash, set-up and hook up of all equipment, turn-key operation and demonstration of all required specifications. LINE ITEM 0008: TRAINING: The Contractor shall schedule and facilitate training for three (3) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. Delivery shall be FOB DESTINATION. Delivery and Installation shall be completed in accordance with the Contractor?s commercial schedule. FOB DESTINATION means: 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. The Contractor shall deliver the equipment to NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD. Award shall be made to the quoter whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are equal in importance to price. In determining best value, strongest consideration shall be given for for equipment that correct for piezo hysteresis and creep with the lowest noise levels. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. The following provisions and clauses apply to this acquistion: The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items 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 (if the offeror elects to waive the preference, it shall so indicate in its? offer); (5) 52.219-6, Notice of Total Small Business Set-Aside; (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (25) 52.225-5 Trade Agreements; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) Description of commercial warranty; (4) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. . All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Tuesday, February 28, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00990438-W 20060219/060217211858 (fbodaily.com)
 
Source
FedBizOpps 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.