Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

66 -- MICRO X-RAY FLUORESCENCE SPECTROMETER SYSTEM

Notice Date
7/20/2006
 
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-0520
 
Response Due
8/4/2006
 
Archive Date
8/19/2006
 
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this procurement is unrestricted and any interested contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for two (2) each, MICRO X-RAY FLUORESCENCE SPECTROMETER SYSTEMS to be used in the Surface & Microanalysis Science and Analytical Chemistry Divisions at NIST, Gaithersburg, MD. *** NIST Analytical Chemistry Division requires a microXRF spectrometer for a wide variety of applications. A high priority is homogeneity testing of materials at very low mass quantities. Materials will include metals and powders, geological materials, biological materials, and many others. The NIST Surface and Microanalysis Science Division requires a microXRF spectrometer for a wide variety of applications. A high priority is the determination of the composition of unknown materials and samples. Mapping of large and sometimes irregular samples is very important. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish two (2) each, MICRO X-RAY FLUORESCENCE SPECTROMETER SYSTEMS. *** The systems shall meet or exceed the following technical specifications: HARDWARE SPECTROMETER This instrument shall be commonly used for qualitative, quantitative and semi-quantitative measurements of X-ray fluorescence phenomena. The instrument shall be fully automated in all of its parts, including: X-ray power settings, movements of collimators, masks, filters, and samples, atmosphere control, and safety interlock devices. The instrument shall be capable of pumping a vacuum of 100 Pascals or lower in the optical path for indefinite periods of time. The spectrometer system shall operate on 110 V to 120 V AC electrical power. X-RAY SOURCE The X-ray tube and power supply shall have the following characteristics: a. Micro-spot design tube with a rhodium anode. b. The X-ray tube voltage shall be adjustable by computer control from 10 kV to 40 kV with a maximum of 1 kV steps. The tube current shall be adjustable from approximately 100 microamperes to at least 1000 microamperes with a maximum step size of 20 microamperes. c. Instrument shall have a set of primary beam filters that can be chosen automatically by the software. One filter position shall be open, one shall be a beam stop and at least 4 shall be foils of Al, Ti, Ni, and Mo. d. Polycapillary X-ray optics customized for tube anode. Spot size must be less than or equal to 50 ??m (approximately) for Mn K-alpha. DETECTION SUBSYSTEM The spectrometer shall be delivered with a detection subsystem consisting of a solid-state detector and the appropriate amplification electronics with the following characteristics: a. Selectable (by software) operating parameters for pulse processing times and fast discriminator settings. b. Best achievable energy resolution (FWHM Mn K-alpha) of 150 eV or better. c. Multiple channel energy-width settings. d. The system shall be capable of detecting X-ray florescence of elements from Na to Am. e. Performance diagnostics capabilities. Detectors requiring liquid nitrogen cooling must have automatic bias cutoff. The Dewar capacity shall be 5 liters or greater. SAMPLE STAGE The instrument shall be equipped with a sample stage capable of motion along three axes (X-Y-Z) under computer control with minimum step size of 0.005 mm or less with a reproducibility of 0.020 mm or better. The stage shall be capable of at least 100 mm of travel in each direction. At a minimum, the stage shall be able to hold samples having dimensions of 200 mm x 200 mm x 50 mm (X-Y-Z) or greater. The sample stage system shall be equipped with an automated sample alignment capability for locating the selected analysis region at the optimum measurement plane below the X-ray optics. The software shall allow for multiple regions and arbitrary shapes in the selection of analysis areas. The regions shall not be constrained to be rectangular, circular, or even connected. VIDEO SYSTEM The video system shall provide full-color views from at least two viewing angles with one view having magnifications the 10X to 50X range and the other having magnification in the 100X to 200X range. The video system must have the capability of storing still photos taken from the video cameras plus a video output port for external recording using equipment and/or software supplied by the user. The vendor shall provide a documented procedure and an appropriate sample for setting and checking the alignment of the X-ray source and capillary optic, the detector, and the optical microscope. SOFTWARE FEATURES Software should be compatible with the Windows XP (or newer) computer operating system for compatibility with other computers in the labs and offices. The software shall be multitasking, enabling data reduction or file maintenance while analyzing samples. Software shall be user-friendly and provide control over all instrument measurement parameters with real time display of instrument status. Software upgrades must be provided free of charge if any new versions are introduced within 365 days of receiving the order for the spectrometer. The following general software features are required: a. Interactive mapping functions: i. Storage and recall of all, complete, measured spectra by location. ii. Ability to define arrays of location points for measurements. iii. Addition of spectra from adjacent locations to study variable sample size homogeneity. b. Interactive multichannel analyzer functions c. Spectrum manipulation functions: i. Interactive display of four or more spectra on screen simultaneously. ii. Comprehensive peak identification from spectra up to Am. iii. Background manipulation. iv. Regions-of-interest, escape peak removal, sum peak removal. v. Peak generation/fitting. vi. Line overlap correction must be available in either the spectrum processing options or the calibration options. vii. Peak fitting algorithms (especially shape functions other than Gaussian). viii. Spectrum and data export in common spreadsheet format. d. Full access, as appropriate, to data manipulation software and other installed software during data acquisition. e. Stored measurement parameters by user-defined matrix or application types. f. Comprehensive, context-sensitive help facilities with search routines. Quantitative analysis options: g. Fundamental parameters with options for using one or several calibration standards. h. Matrix correction algorithm with options to obtain coefficients from FP or from empirical data. i. Ability to perform quantitative analysis using standards. j. Program for defining and calculating layered structures and thin film samples. k. Export of data for use with other programs including Microsoft Office suite. l. Regression software must show the results in both tabular and graphic formats. Software shall allow analytes to be defined as elements or as user-defined compounds. Unanalyzed elements and compounds shall be accommodated. Computer System Security: a. The computer system shall be configurable to allow multiple user logins, each requiring a password and shall be capable of connecting to a LAN and joining an MS Windows NT domain or Active Directory. b. Software supplied by the contractor shall operate properly when anti-virus software is installed and operational. c. Software supplied by the contractor shall operate properly when a password protected screen saver is enabled. d. Software supplied by the contractor shall function properly in all aspects under ANY standard user login and shall not require administrative privileges to function properly. e. The vendor shall guarantee the proper operation of the software for the life of the operating system (OS) (end-of -life for the OS being defined as the time when the OS is no longer supported by its manufacturer), including the application of all patches and security updates issued by the OS manufacturer. f. Any software updates and upgrades to the software supplied by the contractor that address critical computer security issues shall be provided free of charge by the contractor for the life of the OS. File formats, Hardware and Software documentation: a) The software shall be capable of storing X-ray Spectra and Optical Images in a commonly used standard file format (such as EMSA format for X-ray spectra and TIFF, GIF, or JPEG for optical images). b) Any proprietary data file formats used to store data shall be fully documented and provided to NIST. c) Circuit diagrams shall be provided for ALL electronics hardware except the Personal Computer used to control the instrument. d) Mechanical drawings and assembly drawing shall be provided for the XRF system (dimensions are not required). COMPUTER WORKSTATION The computer shall be a desktop design equipped with the following: a. 2 GHz processor or better b. 1 Gb or better RAM memory c. Tower case with extra drive bay and free card slot d. Windows XP or newer operating system e. Microsoft Office Professional software package f. Full selection of disk drives including 80 Gb or larger hard drive, DVD writer and CD writer g. USB 2.0 ports ?V minimum of 2 h. IEEE 1394 port i. LAN network port j. 17 inch or larger flat screen SVGS monitor or better k. Color printer with 600 dpi x 600 dpi resolution or better Spectrometer system requirements will supersede the above minimum computer equipment, but vendor must explain in the case that lower capabilities are proposed. SAFETY The spectrometer and all of its parts shall be certified to meet or exceed recognized national or international safety standards for both radiation (e.g. NBS 111) and electrical safety. The system shall have warning labels on the instrument on all areas that may present an electrical, mechanical or radiation hazard to the operator. The system shall be interlocked to turn off the X-ray source if the access door(s) are opened. CONSUMABLES Equipment should include a supply of consumable items sufficient for operation and preventative maintenance during the warranty period. Line Item 0002 - (Option) Filter changer with filters: mechanism containing a number of filter locations, one open position and one beam stop between the X-ray tube and the polycapillary lens. Line Item 0003 - (Option) Spectral Mapping software package to collect spectra at selected pixel resolution over a region, store, recall and manipulate spectra, and create video images. Line Item 0004 - (Option) Line Scan software to collect and display intensity and composition data on a line defined on the sample and overlay the profile on the video image Line Item 0005 - (Option) Coating thickness software for determination of both coating thickness and composition of layered samples. Line Item 0006 - (Option) Transmission sample illumination: lighting source mounted beneath sample position to illuminate translucent and transparent materials. Line Item 0007 - (Option) Variable spot size option: computer controlled polycapillary mount to adjust X-ray beam size in range of 50 ??m to 100 ??m (approximately) Line Item 0008 - (Option) Software License for "off-line" retrospective analysis on a computer system not interfaced to the XRF itself. *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for up to six (6) technicians at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications (as described below), but shall be completed no later than 30 days after delivery. The vendor shall provide a list of installation requirements, including house services and furniture, with explanations, as soon as the contract is awarded. NIST will provide any required connections to house services. 2. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor.*** **Delivery shall be FOB DESTINATION and be completed in accordance with the contractor??s commercial schedule. *** ***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 any 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ***Award will be made on a best-value basis. Under the Technical Capabilities factor, strongest consideration will be given for a system with one or more of the following additional features or capabilities: Line Item 0001: Spectrometer: 1. Ability to use helium atmosphere in the measurement chamber. 2. Spectrometer designs allowing owner maintenance and modifications to system X-Ray Source. 3. Design allowing user to customize filters. 4. Ability to change primary beam diameter. Detection Subsystem: 5. Transmission detection capability linked to fluorescence mapping. Video System: 6. Optical and/or digital zoom capability. Software Features: 7. Line overlap correction in both the spectrum processing options and the calibration options. 8. Spectrum and data export compatible with Microsoft Excel. 9. Graphics that allow for choice of any available parameter on either axis of a 2D plot along with user interaction with data via graphic cursor and command menu. 10. Software having capabilities to define and analyze samples having multiple layers. Service/Warranty: 11. Rapid availability of experienced service engineers. 12. Extended warranty and/or maintenance agreements. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-6 Trade Agreements Certificate 52.212-2 Evaluation -- Commercial Items (Full Text) (a) 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. The following factors shall be used to evaluate offers: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer??s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions?XCommercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?XCommercial 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 HUB-Zone Small Business concerns (7) 52.219-8, Utilization of Small Business Concerns; (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 (24) 52.225-5, Trade Agreements (26) 52.225-13, Restrictions on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item (1989) (Full Text) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days of the option exercise date set forth in the schedule. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on August 4, 2006 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Todd Hill. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: NIST
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01093652-W 20060722/060720220451 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.