Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

66 -- Atomic Force Microscope (ATM)

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-07-00141
 
Response Due
7/11/2007
 
Archive Date
8/11/2007
 
Description
NAICS Code: 334516 This is a combined synopsis/request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The identifying RFQ number is RFQ-OH-07-00141. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-17. A firm fixed price purchase order is anticipated to result from the award of this RFQ. Shipping, installation and training charges need to be included in price. The NAICS code is 334516, and the SBA size standard is 500 employees. PROCUREMENT ABSTRACT: The U.S. Environmental Protection Agency?s (USEPA) National Risk Management Research Laboratory, Ground Water and Ecosystems Restoration Division (GWERD), located at the Robert S. Kerr Environmental Research Center in Ada, OK, is seeking to acquire an Atomic Force Microscope (AFM) for surface characterization of materials collected from natural and engineered systems used to remediate hazardous compounds. The basic system shall consist of an atomic force microscope for contact and non-contact microscopy, magnetic and electric force microscopy, and lateral force microscopy; sample stages for imaging capabilities in air and water; supplies for instrument operation; an integrated acoustic/vibration isolation enclosure; and, a computer control system for data acquisition, image analysis, and sample movement. The proposed acquisition shall include the following: (A) Firm Fixed Price - FFP, (B) Delivery within 60 calendar days of award, (C) Installation within 30 calendar days after delivery at Ada, OK, (D) on-site training covering total system operations within a month after completing the installation to at least 1 operator, (E) One year warranty. All responsible sources may submit a proposal which will be evaluated and considered by EPA. All requests for the solicitation must be in writing. NO TELEPHONE OR FACSIMILE REQUESTS WILL BE HONORED. SYSTEM SPECIFICATION FOR AN ATOMIC FORCE MICROSCOPE: 1. All specifications shall be able to be demonstrated to the user on currently existing equipment produced by the manufacturer at the time of the bidding process. The system shall have a noise level low enough to image nanoscale features at the nanometer and Angstrom level. The system shall have the following capabilities: 2. The system shall have the ability to image in all AFM modes including contact atomic force, non-contact atomic force, lateral force, magnetic force, and electric force. 3. The system shall allow imaging in tapping mode in air and fluids. 4. Sample sizes up to 200 mm in diameter shall be accommodated by the sample holder. The system shall be capable of probing large area samples (up to 200 mm diameter, 12.25 mm thick), both opaque and transparent, without making physical contact to the top surface of the sample, other than with the SPM probe. The system shall provide a motorized sample stage with a stage travel of at least 100 mm x 125 mm. Stage resolution: 2 ?m. Stage shall be programmable for repetitive scanning of different areas of the sample using the same scan parameters. 5. The system shall have the capabilities of measuring force-distance and force-volume curves. 6. The system shall include a fluid cell for imaging in aqueous solutions. 7. The system shall contain an on-axis viewing system of the cantilever and sample, for both transparent and opaque samples. The optics system shall provide a long working distance, zoom objective with a resolution of at least 1.5 ?m (zoom w/ 150-675 ?m viewing area). The optics system shall be zoomable via computer control to a high resolution CCD camera. Through-the-lens illumination of the tip and sample surface is preferable. Focusing shall be performed under computer control with a minimum range of 2 mm from the cantilever to the surface. Cantilever and surface focus positions shall be used for semi-automatic focusing making the system easy to use and quicker for surface inspection and adjustment. Optics image shall be integrated into the software display. The system shall provide a motorized Z-stage mechanism to allow for automatic fine adjustment of tip/sample separation, and for automatic tip engagement. The drive mechanism shall be capable of step sizes as small as 0.2 ?m and a sample thickness of at least 12 mm. The motorized Z-stage mechanism shall be manually adjustable using a computer controlled device, and automatically driven during engagement. 8. Cantilevers shall not be pre-mounted for flexibility and to keep consumable cost low. The scanning head shall be capable of at least scan sizes up to 90 ?m by 90 ?m by 6 ?m, in the X, Y, and Z directions, respectively. 9. The user shall have the following data analysis and display capabilities: User shall have the option of displaying the information acquired in the form of X-Y position plots, tip position, tunneling current, and derivatives as colored top view, cross-sectional line-plot, bearing ratio or shaded 3-D surfaces. The data shall be recorded in a form that can be communicated to other image processors in a straightforward way. Other surface analysis functions shall be available, including: power spectral density, auto-covariance, bearing ratio, surface roughness over selectable regions of an image, including: mean, RMS, higher order roughness, and fractal, with thresholding to define range included in roughness calculation. The system shall support artifact removal such as flattening, planefit and line and region removal. 10. The manufacturer shall provide a one-year warranty, commencing from the date of system acceptance, on all parts and labor. 11. The system manufacturer shall provide appropriate training for at least one individual who will be operating the system. The training shall be structured to provide adequate instruction for all aspects of operation. The training shall occur after installation and acceptance of the delivered equipment. The training shall include all aspects of system operation, maintenance, and troubleshooting. This training shall provide the user with the knowledge necessary to effectively operate the system in all modes. 12. The system manufacturer shall provide a complete set of all operator and maintenance manuals, including those covering all peripheral items. 13. A calibration standard shall be provided for verification of operation and calibration. 14. The system shall be provided with an acoustic and vibration isolation system that allows the system to achieve a 0.5? RMS noise floor in the Z-axis direction in a ? 75 dB acoustic noise environment or ? BBN Criterion D (ANSI 1958-940-A) mechanical noise environment. 15. The computer operating system shall be Windows XP. All necessary hardware, software, documentation, and electronics required to meet these specifications shall be part of the system. All specifications shall be able to be demonstrated to the user on currently existing equipment produced by the manufacturer at the time of the bidding process. The instrument is to be installed at the Robert S. Kerr Environmental Research Center, 919 Kerr Research Drive, Room 364, Ada, OK. The system shall be installed within 30 calendar days after delivery at this location. Installation must be performed by individuals employed by the system vendor and certified by the vendor to be trained in the setup and operation of the instrumentation being installed. REQUIRED DELIVERY SCHEDULE: The complete system as ordered shall be delivered no more than 60 calendar days after award. The system should be transported in packaging that eliminates the possibility of damage during shipment and be received in crating units such that movement to required location will not be hindered.
 
Record
SN01328400-W 20070628/070626221647 (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.