Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

66 -- Low Voltage Electron Microscope

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-07-T-0108
 
Response Due
8/17/2007
 
Archive Date
9/16/2007
 
Description
This is a combined synopsis/solicitation notice for commercial items 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; quotations are being requested and a written solicitation will not be issued. This Solicitation is an RFQ and the solicitation number is W15QKN-07-T-0108. The US Army JM&L LCMC intends to award a purchase order for CLIN 0001, Low Voltage Electron Microscope(LVEM). The LVEM shall have three imaging modes (Transmission Electron Microscopy ??? TEM, Scanning Electron Microscopy ??? SEM, and Scanning Transmission Electron Microscopy ??? STEM) and Electron Diffraction in a compact, bench top footprint. The LVEM shall be stand-alone in that it can be installed in practically any environment, uses minimal space and requires no peripherals for operations ??? no cooling water and no special electrical source. The LVEM shall allow high contrast imaging of light elements and high contrast profile imaging of light or heavy element particles in micron and nanometer scale. The LVEM shall allow for a quick and seamless transition between various imaging modes. Basic Instrument Specifications: ??? LVEM including Light Microscope Optics with two Objectives & Wide Field Eyepiece ??? Power Supply ??? Specimen Chamber with Specimen Translation of 1 mm in all Direction ??? 5kV Electron Gun with W-ZrO FEG Filament, Current Density 0.5 mA, Filament Life to exceed 2000 Hours ??? Permanent Magnet Condenser Lens with 4.3 mm Focal Length, 100 nm minimum Spot Size, and selectable 50 & 30 micron Aperture ??? Permanent Magnet Objective Lens with 1.26 mm Focal Length, Spherical Aberration Coefficient less than 0.64 mm, Chromatic Aberration Coefficient less than 0.89 mm, and minimum Spot Size 100 nm ??? Image Resolution of 2 nm in TEM mode, 2 nm in STEM mode, and 3 nm in SEM mode ??? Electrostatic Projector Lens with magnification 36-470 times for transmission mode ??? Magnification Range 15,000-202,000 in transmission mode, 640-150,000 in scanning mode, and 6000-150,000 in scanning/transmission mode ??? Turbomolecular Pump for Electron Gun and Ion Getter Pump for Specimen Chamber ??? Digital Cooled slow scan CCD Camera 2,048 x 2,048 Pixels with Imaging Software ??? State-of-the-art Computer Interface and Monitor 2. Training: The vendor shall provide multiple days of on-site training in LVEM operation, sample preparation and software usage within 2 months of installation and startup. The cost of training shall be included in the price of the equipment. 3. Manuals: The vendor shall provide a full set of step-by-step operating and analysis procedures in electronic and hardcopy format for all hardware, software and accessories at the time of installation and startup. 4. Shipping, Installation, and Startup: Shipping, installation, and startup shall be included in the price of the LVEM. PERIOD OF PERFORMANCE: Delivery shall be 120 days after contract award. Deliver to: US Army, ARDEC Attn. Deepak Kapoor, Building 1090 Picatinny Arsenal, NJ 07806. This is a competitive acquisition using the authority of FAR 12.6. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision, or contract clause, may be accessed at http://procnet.pica.army.mil. Select Local Link to access ARDEC clauses. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://procnet.pica.army.mil . The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial, applies to this acquisition. 52.212-2 EVALUATION???COMMERCIAL ITEMS (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: Technical Performance: ARDEC is looking for a versatile Low Voltage Transmission & Scanning Electron Microscope (LVEM) to enhance the material characterization capabilities at ARDEC. The LVEM shall have three imaging modes (Transmission Electron Microscopy ??? TEM, Scanning Electron Microscopy ??? SEM, and Scanning Transmission Electron Microscopy ??? STEM) and Electron Diffraction in a compact, bench top footprint. The LVEM shall be stand-alone in that it can be installed in practically any environment, uses minimal space and requires no peripherals for operations ??? no cooling water and no special electrical source. The LVEM shall allow high contrast imaging of light elements and high contrast profile imaging of light or heavy element particles in micron and nanometer scale. The LVEM shall allow for a quick and seamless transition between various imaging modes. Finally, the system shall be easy to operate at low cost. Ease of Operation: The LVEM shall allow for a quick and seamless transition between various imaging modes. The control and analysis software must be easy to use and straight forward. Step-by-step operation and software manuals for the LVEM and all applicable attachments must be included. Maintenance: The system shall require little regular maintenance and shall be operational greater than 90% of the time. At least a one-year warranty must be included that shall cover all hardware and software including any computers. If required, the vendor shall visit ARDEC during the warranty period to perform any required repair and adjustments. Training: The contractor shall provide several days of in-depth operation and applications training for the LVEM, each attachment and all applicable software modules. This training should be geared to ARDEC specific applications. The cost of training shall be included in the price of the system. Service: The contractor shall provide any required service and technical support for a period of one year from the date of commissioning. Furthermore, the contractor shall provide the details of a post warranty service contract before the end of first year. For minor technical or operational problems with the LEVM, the contractor shall provide a telephone/e-mail support and response within twenty four hours. Cost: If all other factors are determined to be equal between multiple vendors then cost will be used as the final determining factor. For evaluation purposes, the relative order of non-cost factors is as follows: Technical performance is the most important criteria. Ease of operation is significantly less important than technical, maintenance is significantly less important than ease of operation, training is significantly less important than maintenance, and service is significantly less important than training. The relative importance of the non-cost factors is significantly more important than cost. The award will be made based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-cost factors and price. The Government will weight any increase to technical rating against any additional price to determine if parity of the relationships warrant the paying of additional price for the higher rating. However, price may become more significant in the event of rating competing proposals are closely grouped. The following adjectival ratings shall apply to all non-cost factors: Blue (Outstanding) A proposal that satisfies all of the Government???s requirement with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses with an overall low degree of the risk in meeting the Government???s requirements. Green (Good) A proposal that satisfies all of the Government???s requirements wit adequate detail too indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government???s requirements. Yellow (Acceptable) A proposal that satisfies all if the Government???s requirements with minimal detail to indicate feasibility of approach and shows a minimal understanding of the problems, with a moderate to high degree in meeting the Governments requirements. Orange (Marginal) A proposal that satisfies all of the Government???s requirements with minimum detail to indicate the feasibility of the approach and shows a minimal understanding of the problem with and overall high degree of risk in meeting the Government???s requirements. Red (Unsatisfactory) A proposal that contains a major error(s) of deficiency (s) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet the requirements of involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of proposal. The relative importance of the non-cost factors is significantly more important than cost. (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. The clause at FAR 52.212-3 Alternate I, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items with their offers. The clause at FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statute or Executive Orders ??? Commercial Items (Deviation) (Mar 2007) applies to this acquisition. The clause at DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 252.232-7003 Electronic Submission of Payment Requests The following additional FAR clauses also apply to this acquisition: 52.246-4 Inspection of Services--Fixed Price The following Local ARDEC clauses also apply to this acquisition: ARDEC 31 Government Procurement Quality Assurance Actions Inspection will be at: [] Plant [X] Destination ARDEC 30 Acceptance [] Will be at contactors plant [X] Will be at destination The Government contemplates award of a Firm Fixed Price contract resulting from this Solicitation. Quotations for CLIN 0001, including part number, delivery, and warranty, are due by 4PM EST 17 August 2007. Quotes should be sent via email to stephanie.resch@pica.army.mil. For information regarding this solicitation, contact Stephanie Resch, Contract specialist, at (973) 724- 5561 stephanie.resch@pica.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0108)
 
Record
SN01363479-W 20070808/070806221514 (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.