Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

66 -- Field Emission Source Environmental Scanning Electron Microscope

Notice Date
6/30/2006
 
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-0465
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. 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 unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division, requires a Field Emission Source Environmental Scanning Electron Microscope capable of low vacuum and wet mode secondary electron imaging and microanalysis. The capabilities of this microscope must include secondary and backscattered electron images under wet sample conditions, scanning transmission electron imaging of wet materials, high temperature [up to 1000 degrees C] imaging of materials in user specified specimen chamber gas conditions, maintaining liquid water in the specimen for an extended period of time under the electron beam, and energy dispersive spectroscopy [EDS] of wet in specimens without applying a conductive sample coating to the materials and without drying out materials. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Field Emission Source Environmental Scanning Electron Microscope System, manufactured by FEI Company or equivalent. The system must consist of the following components, or equivalent, and meet all of the salient characteristics identified herein: Qty FEI Part # Description 1 FP 2032/11 Quanta 200 FEG 1 FP 2303/04 WetSTEM Detector 1 FP 2300/42 Peltier/Heating Stage Control Kit 1 FP 2304/10 GAD Low-kV, Solid-State BSED 1 FP 6903/00 Solid-state STEM detector 1 FP 2303/00 Gaseous BS Detector 1 FP 2311/05 Manual User Interface 2 9432 909 92791 SIS Scandium Desktop License 1 FP 2301/10 Specimen Holder Kit 1 FP 2320/00 Table Top Grey + Support 1 FP 2354/06 GENESIS Integration Kit for Quanta 1 PV 8406/80 Integrated GENESIS 4000i with SUTW Detector 1 FP 5440/04 19 inch LCD Monitor 1 9432 909 96281 Compressor 115 V, 50/60 Hz 1 9425 061 69515 Quanta FEG Installation Kit 1 9432 909 96731 Thermo NESLAB Water Cooler 60 Hz The system consists of the following components: Electron Optics and Scanning, Vacuum System, Detectors, Specimen Chamber and Stage, and Operating System. Salient characteristics of each component follow: ELECTRON OPTICS AND SCANNING: -The system must have digital imaging with at least four (4) selectable pixel densities from at least 256 x 256 up to at least 3000 x 3000. -Secondary electron resolution of at least 2 nm gold particle separation on carbon substrate at 30 kV in both high vacuum and high pressure modes. Separation of 3.5 nm at 3 kV in low vacuum mode. VACUUM SYSTEM: -The system must have a pumping system that provides and supports imaging in three modes of specimen chamber operation: High Vacuum; Low Vacuum ? Up to 200 Pa; and High Pressure Dynamic-Up to 4000 Pa; -The system must be able to control water vapor pressure into the specimen chamber; -The system must be able to position and image the sample surface at a short distance (at least 2-3mm) from the bottom of the lowest pressure-limiting aperture. DETECTORS: -The system must have secondary electron detectors for all three modes of operation; -System must have a CCD Camera that provides a view of the sample/stage area on the SEM display; -The system must have a backscattered electron detector (BSED) that works in the high pressure, wet mode of operation; -System must have a scanning transmission electron microscopy (STEM) detector that works with wet samples under wet sample conditions. SPECIMEN CHAMBER AND STAGE: The stage must have minimum movements of at least 50mm in X and Y, 25mm in Z and 360 degrees of rotation and 75 degrees of tilt. OPERATING SYSTEM -LCD Monitor of at least 19 inches; -The system must have data archiving software and a database management system that can be accessed via a LAN and optionally via the www; -A sample cooling stage module with a sample temperature control range of at least 0 degrees C to plus 10 degrees C and control the temperature and the ramp-up profile through the user interface; -The system must come with sample holders that at least include one half inch sample stubs, analytical sample mounts and a multi-specimen holder; -The system must be capable of interfacing and imaging with a heating stage when the sample stage module reaches at least 1000 degrees C. WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. A 48 hour response time is required for service calls. Warranty service outside of normal working hours is not required. LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, turn key start-up, demonstration of specifications, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation, adjustment, or maintenance of the equipment. A field service engineer must complete the installation. The system must be delivered with all utility connection items required to complete the installation, e.g. FEG SEM chiller, compressor, matching transformer, etc. A room survey that measures floor vibrations, electrical fields, and acoustical noise levels must be completed prior to installation. NIST shall be responsible for making the room compatible with the vendor?s published minimum room requirements. The vendor shall demonstrate correct operation of all functions of the system before final acceptance and payment by the Government. LINE ITEM 0003: TRAINING. (1) The Contractor shall schedule and facilitate a training session for four (4) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation. Delivery, installation, and training shall be completed in accordance with the Contractor?s commercial schedule, however, all must be completed not later than 120 days from the date of award. OPTION LINE ITEMS: The following line items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall remain effective for a period of one year from the date of award. Award of option line items is at the discretion of the Government. ESEM OPTIONS OPTION LINE ITEM 0001: Peltier Stage (for non-WetSTEM use), FEI Part Number FP2300/12 or equivalent with the following required salient characteristic: A thermoelectrically controlled, water cooled specimen stage for wet mode experiments and humidity cycling capable of plus or minus 10 degrees C from water temperature and control is fully integrated with the microscope. OPTION LINE ITEM 0002: Electrostatic Beam Blanker, FEI Part Number FP6842/25 or equivalent with the following required salient characteristic: Prevents the electron beam from reaching the specimen by applying a TTL voltage at a maximum operating frequency of 10 MHz. OPTION LINE ITEM 0003: 1000 degree C hot stage module, FEI Part Number FP2300/02 or equivalent with the following required salient characteristics: A specimen heating stage capable of 300 degrees C per minute up to 1000 C with temperature accuracy of 15 degrees C, fully integrated control and user defined ramp/soak profiles. Must include a special ceramic GSE detector and heat shield. OPTION LINE ITEM 0004: 1500 degree C hot stage module, FEI Part Number FP2300/06, or equivalent with the following required salient characteristics: A specimen heating stage capable of 300 degrees C per minute up to 1500 C with temperature accuracy of 15 degrees C, fully integrated control and user defined ramp/soak profiles. Includes a special ceramic GSE detector and heat shield. OPTION LINE ITEM 0005: SIS Webracer software, FEI Part Number 9432 909 92791, or equivalent with the following required salient characteristic: Software must allows users to have web based access to the image database. CRYOTRANSFER SYSTEM OPTIONS OPTION LINE ITEM 0006: Quorum cryotransfer system, FEI Part Number 9432 909 97481 or equivalent with the following required salient characteristic: A chamber that mounts to the microscope, where the specimen is pumped down, rapidly cooled and transferred to the cooled microscope stage for observation. OPTION LINE ITEM 0007: Pressurized Dewar 30L, FEI Part Number PP 7450 or equivalent, for cooling the SEM stage with nitrogen gas. OPTION LINE ITEM 0008: Carbon fiber evaporation head, FEI Part Number LT 7416 or equivalent, for carbon coating the cooled specimen inside the prep chamber. OPTION LINE ITEM 0009: Stereo Microscope, FEI Part Number LT 7424 or equivalent with the following required salient characteristic: A 10x or 20x stereoscope for specimen observation inside the prep chamber. OPTION LINE ITEM 0010: Film Thickness Monitor, FEI Part Number PP 7690 or equivalent with the following required salient characteristic: A quartz crystal microbalance for controlling the amount of carbon deposited to the specimen inside the prep chamber. OPTION LINE ITEM 0011: Second Transfer Device, FEI Part Number LT 7409 or equivalent with the following required salient characteristic: A second specimen holder for cryotransfer. OPTION LINE ITEM 0012: Spares kit for 2 years, FEI Part Number LT 7400-2y or equivalent, with consumables for cryotransfer system. EDS OPTIONS OPTION LINE ITEM 0013: Picoameter Switch Box, FEI Part Number FP2308/01 or equivalent with the following required salient characteristic: Allows the picoammeter to be active as long as the stage is not in motion. OPTION LINE ITEIM 0014: Keithly Picoameter, FEI Part Number 9432 909 96402 or equivalent with the following required salient characteristic: A sensitive current measuring device for precise quantitative analysis with standards. OPTION LINE ITEM 0015: EDx Particle/Phase Analysis, FEI Part Number PV8362/40 or equivalent with the following required salient characteristic: Fully integrated EDS and microscope software for the automated particle or phase analysis and identification. OPTION LINE ITEM 0016: VIP Quant, FEI Part Number PV 8351/60 or equivalent with the following required salient characteristics: Software designed to minimize the quantitative errors resulting from the ?skirt effect? of the electron beam interacting with the chamber gas molecules. OPTION LINE ITEM 0017: EDAX SDD detector upgrade from standard upgrade, FEI Part Number PVSDD upgrade, or equivalent with the following required salient characteristics: A liquid nitrogen free, digital pulse processor, high throughput x-ray spectroscopy system with an energy resolution of at least 141 eV FWHM at Mn k-alpha. OPTION LINE ITEM 0018: One Year Service and Maintenance Contract, including the following: -One year of on-site service and maintenance; -Two preventive maintenance visits and unlimited emergency service visits; -All parts, labor and travel included; -48 hour response and one week on-site response guaranteed. TRADE-IN OF EXISTING EQUIPMENT: NIST currently owns an Electroscan Model 2020 Environmental Scanning Electron Microscope, Serial #E220994113, NIST Property Number 566556. NIST would prefer to trade this equipment in for a credit against the price of the new instrument. If the Contractor agrees to provide a trade-in credit, the Contractor shall be responsible for removing the scanning electron microscope. Delivery shall be FOB Destination. 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. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, 3) Past Experience, and 3) Price. Technical Capability, Past Performance, and Past Experience, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. 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. Past Experience shall be evaluated to determine the extent of the Contractor?s experience in providing the same or similar systems for use in the same or similar applications as those described herein. The Contractor shall describe their experience in manufacturing, assembling and providing systems, explain how their experience is relevant to providing the equipment listed herein, and how their experience will ensure successful completion of the project. The Contractor shall provide documentation which demonstrates they have provided the proposed equipment to at least three (3) customers. Information on past experience may also be obtained from references. Preference shall be given for equipment that has been manufactured and utilized in the same applications that NIST intends to use it. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. 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; 52.211-6 Brand Name or Equal; 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); (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.219-9, Small Business Subcontracting Plan; (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 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity-Separately Priced Line Item. All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) Documentation of Past Experience; 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 reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; and 5) A description of commercial warranty. 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 Friday, July 21, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN01081033-W 20060702/060630220349 (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.