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 -- XRay Unit for SEM

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1SBAA7081BG02
 
Response Due
7/11/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: 66-Laboratory Equipment OFF ADD: AFFTC/PKTA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93534 SUBJECT: X-Ray Dispersive Analyzer REF NO.: F1SBAA7081BG02 DUE: 11 Jul 07 POC: KATY DOSS, (661) 277-2114 (Fax) or Ken Thomason, (661) 275-9878 DESC: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for a quote (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 and DFARs Change Notice (DCN) 20061219. NAICS code is 334516. Description: The Air Force Research Laboratory has a requirement for an X-Ray Dispersive Unit with the following specifications: The detector will be designed to interface to an FEI Quanta 600 SEM, Active area on Si (Li) detector of 10 mm2, Detector able to detect elements from Uranium down to and including Beryllium, Detector crystal will be automatically protected from warm-up, The detector will be designed to be left at room temperature when not in use and will experience no damage or degradation over repeated warm-cold cycling, The detector resolution of 130eV or better (Mn K? at 2,500 cps), The detector will have a peak-to-background performance of at least 15,000:1 , The computer system will be exclusively PC-based, utilizing the Microsoft XP operating system, Computer system will include, at a minimum, a 2.8 GHz Pentium IV Workstation, The analyzer will be capable of automatic calibration of all amp times, The analyzer will include all components necessary to assume beam control and collect images via its own scan generator for x-ray mapping and digital imaging, There will be a minimum of two ADC inputs with the capability to accept signals from an x-ray detector, a secondary electron detector, or a back-scattered electron detector, External beam control will be available, Self test diagnostics will be available, Remote software will be available for up to 3 remote PCs for off-line data processing, Reporting via Microsoft Word using templates will be available. Exporting to HTML format will also be possible, Spectra manipulation will include addition, subtraction, smoothing, and peak generation, The system will be able to display the spectra on entire application area, The system will have the ability to overlay at least 5 spectra, and add, subtract, multiply, and normalize the spectra, The system will include automatic and manual peak identification, Manual peak identification will be accomplished via elemental symbol, atomic number, Z+, Z-, and/or cursor position, The system will include a graphical method for separating and identifying complicated peak overlaps through deconvolution and peak stripping, There will be a fully accessible and correctable Energy and Periodic Table available, which allows the user to modify and customize the peak position and peak intensity, There will be software for calculating weight composition, Ave Z, Ave density, Ability to create spectral libraries, and classify unknown spectra against these libraries, Ability to compare collected spectra to a library of saved spectra, with an output that includes a listing of the matched spectra, along with a chi-square number indicating the closeness of a match, Able to perform true standardless quantitative analysis, independent of beam current and without referencing any previously collected pure or compound reference standards, The quantitative results will include K ratio, Atomic Percent, Weight Percent, Net Intensity, Background, Intensity Error, Peak to Background Ratio, Intensity, and ZAF correction factors as selected by the user, The results will include the ability to ratio each element's intensity to a common, user defined element Ability to compensate for beam scatter at low vacuum conditions, The system will be capable of collecting a full spectrum at each pixel in a single frame or multiple frame (Live Spectral Mapping) mode of acquisition, During the acquisition of the live spectral mapping, the summation spectrum will be displayed, The capability to overlay up to 6 X-ray maps, The ability to find trace phases or small grains and inclusions that may have been missed in the background of a sum spectrum, Able to show the position the maximum intensity of an element of interest after it is located, Ability to provide drift corrections to any mapping or acquisition functions and then display a drift map, Automated image analysis combined with EDS analysis that generates information on particle size, shape, and concentration, Multi-point analysis, for unattended spectral data collection, and processing from selected points on the SEM image, Ability to upgrade software to include the morphology and chemistry of a phase in a sample, Complete installation of the detector, analyzer, software and associated hardware to the SEM to make the EDS system totally functional on the SEM, Initial training by installation personal in addition to factory training of one operator, A complete set of manuals for the system, At least 12 months part and labor warranty. SHIPPING FOB DESTINATION EDWARDS, AFB CA 93424 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, 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: Technical capability, estimated shipping date, past performance and Best Value; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFAR clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. Additional information: Contractual point of contact is Katy Doss, (661) 277-8597, fax 661-277-2114, E-mail: kathrin.doss@edwards.af.mil, or Ken Thomason, (661) 275-9878, Kenneth.thomason@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 11 July 2007. Responses should be submitted to: Katy Doss, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: 30 Mercury Blvd, Edwards AFB, CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01329059-W 20070629/070628030919 (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.