Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

66 -- High Performance Optical Microscope

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0173
 
Response Due
7/11/2007
 
Archive Date
7/26/2007
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 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 (FAC) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking the purchase of a High Performance Optical Microscope for Automated Measurement of Organic Electronic Materials. Refurbished/Remanufactured items will not be considered.*** ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) High Performance Optical Microscope for Automated Measurement of Organic Electronic Materials, which shall meet or exceed the following specifications: The microscope must be a high performance optical microscope with motorized stage, focus and nosepiece to allow the automated measurement of features on a 6 inch wafer. The microscope must include both the motorized large sample stage and a controlled ambient variable temperature stage. The microscope must be able to do cross-polarized measurements in both transmission and reflection modes for samples in the hot stage for measuring the change of film birefringence with temperature. The microscope must include differential interference contrast (DIC) imaging. The ability to automatically obtain high resolution images of precisely defined positions on a 6 inch wafer is critical to the success of our research. Microscope must meet or exceed the following specifications: 1) Microscope body must allow both transmitted and reflected light mode and accommodate sample heights up to 60 mm to accommodate the hot stage. 2) Microscope must be capable of brightfield and polarized modes in transmission and brightfield, darkfield, polarized and DIC in reflected mode. 3) Both transmitted and reflected light paths must include 360 degrees rotatable linear polarizers. The analyzer polarizer must also be 360 degrees rotatable. 4) Light sources must be high intensity halogen and be controllable through buttons on the scope and through the software 5) Reflected light illuminator must have a motorized aperture diaphragm, halogen intensity control and 4-place turret cassette. Turret must have cubes for darkfield and brightfield with at least 2 empty spots for possible future upgrade to fluorescence. 6) Coarse and fine focus must have a minimum of a 30 mm range and must be automated. 7) Trinocular head must be adjustable with 100:0 and 20:80 positions to the photoport. A minimum 22 mm field of view is required for the eye piece. 8) Nosepiece must be motorized and able to hold at least 5 objectives. 9) System must have Brightfield/Darkfield Fluorite EPI objectives 5x (approximately 0.15NA/18 mm WD), 10x (approximately 0.30NA/15 mm WD) and 20x (approximately 0.45NA/4.5 mm WD) for samples with no cover slips. 10) System must have Brightfield/Darkfield Fluorite extra long working distance EPI objectives 50x (approximately 0.55NA/9.8 mm WD) and 100x (approximately 0.80NA/3.5 mm WD) for samples with no cover slips. 11) System must have Brightfield Fluorite extra long working distance EPI objectives 20x (approximately 0.45NA/7.4 mm WD) with correction collar to be used with hot stage. Must be able to view through 1 mm thick glass slide with minimum of 6 mm WD. 12) Condenser lens must have approximately 0.65 NA with minimum 10 mm WD 13) Condenser lens must be adjustable or have an adapter to increase working distance sufficiently for hot stage use. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs. Line Item 0002: A Prior Scientific Motorized Stage, Part Number H105, or EQUIVALENT. Motorized Stage and Controller must meet or exceed the following salient characteristics: 1) Stage must be large enough to hold a 6 inch wafer and have sufficient range of motion to image any spot within a 4 inch by 6 inch square. 2) Motorized stage must include encoders with 40 nm resolution for x and y to provide repeatable sample positioning. 3) Controller must include a joystick that can control both x, y and z (focus) and must have a digital readout. 4) Controller must be controllable with the computer. 5) The z-axis does not need to be encoded, but is hard coupled to the coarse focus axis in manner that reduces backlash. 6) The stage must have 3 separate sample holder inserts a) A glass plate b) A solid aluminum plate c) A 100/150 mm rotating wafer chuck allowing the sample to be manually rotated Line Item 0003: A Linkam Hot Stage, Part Number LTS350, or EQUIVALENT with a Linkam Controller, Part Number TMS94 or EQUIVALENT. The Hot Stage must meet or exceed the following salient characteristics: 1) Must be capable of heating to at least 300 degrees Celsius and cooling to a minus 196 degrees Celsius with liquid nitrogen with thermal stability of less than 0.1 degrees Celsius including a computer controllable temperature controller. 2) Sample must be sealed in a controllable environment with gas connections to flow inert or controlled humidity gas. 3) Hot stage must mount to the sub-stage of the microscope body. 4) Sample area must be greater than 30 mm with ability to move at least 15 mm in x and y. Line Item 0004: A Retiga 4000R Imaging Camera or EQUIVALENT. Imaging Camera must meet or exceed the following salient characteristics: The camera must be a fast imaging color CCD camera with at least a 2048 by 2048 CCD and 12 bit resolution at 20, 10, 5 MHz. 4 fps at full frame resolution and 125 fps at 12 bit with ROI. Read noise should be 12 e- RMS or less. CCD should be uncooled. 1.0x c-mount. Line Item 0005: Intel Core 2 Duo Image Processing Workstation or EQUIVALENT. Computer must meet or exceed the following salient characteristics: The image processing workstation must have 1066 MHz FSB, 4 MB L2 cache, and 2.4 GHz, 4 GB of DDR2 memory, GeForce 8600 GTS or EQUIVALENT with 256 MB Video RAM graphics card, two 300 GB SATA hard drives mirrored with a RAID controller, 16x DVD+-RW drive, 600 VA UPS, Windows XP Pro, 24? Wide screen Flat Panel Monitor with less than 800:1 contrast ratio, 12 ms response time and 1920 by 1200 pixel resolution. Line Item 0006: Control Software must meet or exceed the following specifications: 1) Must include easy to use, integrated control software to control all aspects of the microscope including the camera, motorized stage, motorized nose piece to change objective, light intensity, aperture diaphragm, and the z-focus. The software should be robust and stable. 2) Software must include ability to autofocus, programmed moves with the motorized stage, capture movies with 4 fps at full resolution, extended depth of focus (seamlessly integrate images of different focal planes by using motorized focus) and extended field of view (seamlessly stitch together multiple images using motorized stage). 3) Software must also include advanced image analysis including particle analysis (size, aspect ratio and density), time analysis (determine change of image with time), color analysis, measurement and calibration, documentation and report generation with ability to export data to ASCII files. 4) Software must have macro-writing ability to do automated sample measurement and image analysis. 5) Must include a second software license to run a copy of the analysis software on a separate off-line computer (computer supplied by NIST). 6) Temperature control software must be included but does not have to be integrated with the microscope control software. Line Item 0007: Vibration Isolation Table must meet the following specifications: 30 inch by 36 inch vibration isolation table. Line Item 0008: Installation and Training: The Contractor shall provide installation for the microscope system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and facilitate one (1) training session for 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 and demonstration of performance specifications, but no later than 30 days after installation. ***The warranty, at a minimum, must cover 1 year for electrical parts and 5 years for mechanical parts. All quoters shall state their warranty for the specified instrumentation.*** ***Delivery shall be provided not later than 8 weeks after receipt of an order and installation shall be no later than 30 days after delivery. 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 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 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, 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, and 3) Price. Technical capability and past performance shall be equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must 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: 52.204-7 Central Contractor?s Registration (CCR) Database; 52.211-5 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 Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (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 Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (26) 52.225-13 Restriction on Certain Foreign Purchases; (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 of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, and 6) A description of relevant past experience.*** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quotes shall be received not later than 3:00 PM local time, on July 11, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 301-975-6984. 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: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01328850-W 20070629/070627220414 (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.