Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

66 -- Microscope, combination atomic-force microscope and magnetic-force microscope

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB81803090346SB
 
Archive Date
1/6/2009
 
Point of Contact
Sue Bratton,, Phone: 303-497-4973
 
E-Mail Address
Sue.Bratton@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Federal Supply Code - 6640 -Laboratory Equipment Sales NAICS - 334516 Analytical Laboratory Instrument Manufacturing (I) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. (II) This solicitation is issued as a request for quote. Submit written quotes on RFQ Number NB818030903946SB. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-28. (IV) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This is combined solicitation/synopsis is for purchase of the following commercial item: CLIN Qty Description 0001 1 Each Magnetic Force Microscope (VI) Description of requirements is as follows: Specifications for high resolution atomic force microscope / magnetic force microscope. NIST requires a multiuse, high-resolution, combination atomic-force microscope/magnetic-force microscope (AFM/MFM) to investigate surface topography and magnetic imaging of nanostructures and nanoparticles. The system must be capable of operation in contact mode, non-contact mode, tapping mode, torsion mode, magnetic force microscopy mode, and electrostatic force microscopy mode. The sample chamber must be capable of high vacuum and controlled atmosphere. The vacuum system must have rapid pump-down time, be automated, and require no vacuum system expertise on the part of the user. The electronics and controlling software must be easy to use for the non-expert. Key Instrumentation Specification and Evaluation Criteria Scanning Probe System 1. Must be capable of all modes of operation listed: contact, non-contact, tapping or equivalent, torsional resonance, magnetic force, and electrostatic force. 2. Must be able to perform all functions in air, high vacuum (at or below 1 mPa or 0.01 millitorr), and purged environments. 3. Desirable to have capability to perform imaging in fluids and have commercially available fluid cells/sample holders. 4. Must have less than 0.1 nanometer RMS noise in air. 5. Must have piezo scan size of at least 80 micrometers in x- and y- directions and 4 micrometers in z- direction. 6. Must include tip/cantilever holder. 7. Should include at least 40 cantilevers for standard and high resolution AFM and MFM. 8. Must have demonstrated high resolution magnetic imaging (resolution of at least 50 nm). 9. Must include a CCD microscope with positioners to allow convenient viewing of scanning tips and sample for ease of alignment. 10. Must have feed-through port with several electrical feed-through that can be used for custom sample stages. 11. Must have gas inlet port for controlled atmosphere and gas purging. 12. Must have fully integrated pneumatic vibration isolation system. Sample stage 1. Able to accommodate a minimum 2.5 cm x 2.5 cm (1 inch x 1 inch) sample size. 2. Minimum 0.5 cm course x-y translation. 3. Auto-tip-engage function controlled by software. 4. Modular sample stage design capable of integrating heating, liquid/fluid, and custom stages. 5. Include heating stage, for samples smaller than 2.5 cm x 2.5 cm, with temperature controller and power supply. Temperature stability should be less than 2 degrees C and achieve temperatures to at least 250 degrees C in vacuum. Electronics 1. Fast data sampling rates (at least 40 MHz). 2. Must be capable of thermal tuning measurements to determine cantilever spring constants. 3. High pixel density (at least 5012 x 5012 desired). 4. Must have at least 16-bit resolution on all x, y, and z-scanning axes. 5. Must have at least 4-channel (8-channel desired) simultaneous data collection. 6. Must have expandable, modular design to allow future upgrades and custom modes of operation and capable to run third-party software. 7. Must have digital quality-factor (Q) control to increase sensitivity. 8. Built in digital lock-in amplifiers for low-noise phase measurements. Vacuum system 1. Must be a fully automated "turn-key" vacuum system. 2. Must operate at high vacuum (at or below 1 mPa or 0.01 millitorr). 3. Fast pump down time (less than 10 minutes). 4. Must have access to sample stage/probe mount to change samples or tips must be via a hinged door, hinged flange, or hinged closure. A bolted flange is not acceptable. Software/Computer 1. Must have easy to use, push-button graphical software interface to allow non-expert operation in any of the imaging modes. 2. Must have an auto-cantilever tuning function. 3. Must have an auto-tip engage function. 4. Must have real-time display of all channels. 5. Extensive off-line data analysis and image visualization capabilities. 6. Full operational control of measurement parameters and settings. 7. State of the art computer system with all necessary flat panel monitors and peripherals. Other 1. Complete documentation of software and hardware. This includes installation instructions, user instructions, programming interface, relevant sample space drawings, and system schematics. 2. Must include full installation, on-site operational training, and on-site applications training. 3. Bid should include estimated freight charges. 4. Vendor must have U.S. based service technicians and repair facilities. 5. Delivery of system within 90 days of order. 6. Must include at least a one year warranty covering parts and labor beginning at completion of installation and buyer acceptance. 7. Vendor must provide a list of several U.S. based references of identical systems previously sold to verify performance, reliability, user interface ease-of-use, and customer support. 8. System must meet conventional standards for operator safety, including those for the electrical system, vacuum system, and optical system. 9. All equipment must be new. (VII) Place of Delivery is NIST 818, 325 Broadway Boulder, CO FOB Destination. (VIII) Required Date of Delivery is industry lead time. Offerors must state proposed delivery date in proposal. (IX) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) applies to this acquisition. In addition to a written price quote offers are instructed to provide detailed information on contractor's ability, experience and expertise to satisfy requirements to include past performance with a list of references. Contractors must be registered in the Central Contract Registration database (CCR): http://www.ccr.gov/. If any contractor is has this available on a Government Wide Acquisition Contracts (GWAC) they shall provide a contract number and the contracting agency information. The information submitted must be specific and address all of the evaluation points. An award will be made without discussion to the offeror that provides the best value. An original and two copies of the proposal shall be submitted to Sue Bratton, Contract Specialist, National Oceanic Atmospheric Administration, Mountain Region Acquisition Division, 325 Broadway, Mail Stop MC3, Boulder, CO 80305-3328. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), (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; Hardware Specifications, Experience and past performance, and Documentation, warranty, delivery time, and customer support service. Technical and Price, when combined, are equal. (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. ( XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: FAR 52.203-6 Restriction on Subcontractor Sales to the Government, with Alternate I (SEPT 2006) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-14 Limitation of Subcontracting (DEC 1996) FAR 52.222-3 Convict Labor (JUNE 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52-222-26 Equal Opportunity (MAY 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) FAR 52.225-5 Trade Agreements (NOV 2007) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUNE 2008) FAR 52.232-29 Terms for Financing of Purchases of Commercial Items (FEB 2002) FAR 52.232-30 Installment Payments for Commercial Items (OCT 1995) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The following clauses under subparagraph (c) apply: None (XIV) The Government intends to award a firm-fixed price contract resulting from this solicitation. (XV) Request for proposals are required to be received by the contracting office no later than 1:00 P.M. MDT on December 22, 2008. All proposals must be mailed or emailed to the attention of Sue Bratton, Contract Specialist. The email address is Sue.Bratton@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Sue Bratton at Sue.Bratton@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f03fb07658a0e97f767f1180b85fbeb9&tab=core&_cview=1)
 
Record
SN01717417-W 20081213/081211215911-f03fb07658a0e97f767f1180b85fbeb9 (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.