Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

99 -- Scanning Electron Microscope Microanalysis System

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-06-10801
 
Response Due
6/15/2006
 
Archive Date
7/15/2006
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being provided to publish a requirement for the Environmental Protection Agency (EPA), Office of Research and Development, National Risk Management Research Laboratory (NRMRL) in Cincinnati, Ohio which has a requirement for a digital, computer controlled low vacuum scanning electron microscope microanalysis system. This instrument will be delivered to and installed at the U.S.EPA NRMRL Cincinnati laboratory where it will remain and be used for imaging and microanalysis of material and biological samples from a diverse range of projects throughout the Agency. The Scanning Electron Microscope (SEM) sought must be a state of the art Windows XP computer controlled system with optional manual override of key operating functions. It must support a variety of analytical attachments including an Energy Dispersive X-ray System (EDS), a Wavelength Dispersive X-Ray System (WDS) and Electron Backscatter Diffraction (EBSD) all within the same hemisphere. The SEM should provide the capability of observing samples over a wide range of discrete accelerating voltages. The SEM should be capable of observing uncoated samples by means of a differentially evacuated sample chamber equipped with an integrated multi-element solid state backscattered electron detector (BEI) and a low vacuum secondary electron detector (LVSED). The sample chamber must be able to accommodate large oversized samples. It must be possible to quickly switch the sample chamber from the differentially evacuated (low vacuum) mode of operation to that of a traditional high vacuum SEM mode where imaging is possible by either an E/T secondary electron detector (SEI) or the backscatter electron detector (BEI). Equipment will be expected in a timely manner with installation complete with in 4 months of proposal acceptance barring unforeseen complications. Installation and equipment testing should be preformed by qualified product specialists or engineers upon delivery. On site training of EPA personnel will be required for all aspects of hardware and software. Onsite service of equipment will be necessary and local service engineers should be available under normal circumstances within 72 hours of a service call. Additional requirements and the specific specifications for each of the following areas of this acquisition will be made available along with the solicitation: 1) Performance requirements, 2) Electron optics, 3) Specimen Chamber and Stage, 4) Vacuum System, 5) Electron Detectors, 6) Scanning/Display system, 7) Operating systems, 8) Installation and training, 9) Warranty, and 10) Energy and wavelength dispersive analyzer. The North American Industry Classification Code is 334516 with a small business size standard of 500 employees. A written solicitation, PR-CI-06-10801, is anticipated to be issued on Thursday 6/15/06. All responsible businesses may submit a quotation in response to the solicitation which shall be considered by the Agency. This procurement will be pursued using FAR Part 12 Commercial Acquisition methods and procedures. This notice of intent is not a request for competitive quotations. Additional information regarding the specific requirements and specifications for the system will be made available along with the solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Products must meet all the minimum requirements of the Statement of Work (SOW) in order to be acceptable. In addition to price, it is anticipated that the following factors will be used to evaluate the offeror?s technical proposal: responsiveness to the SOW, previous experience, schedule and delivery. Award will be made to the offer that represents the Best Value. Contract type will be firm fixed price.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN01061834-W 20060604/060602221440 (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.