Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

66 -- X-Ray Diffraction System

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-09-RQ0836
 
Archive Date
8/25/2009
 
Point of Contact
Sue Bratton, Phone: 303-497-4973
 
E-Mail Address
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) has a need for a multiuse, high-resolution, x-ray diffraction system. The system must be capable of thin film diffraction, reflectivity, grazing incidence diffraction (GID), transmission and reflection small angle x-ray scattering (SAXS), pole figures, texture analysis, reciprocal space mapping, and in-plane diffraction. The system must also be able to easily change between focused optics and a collimated beam with slits to accommodate grazing incidence. It is highly desired that the system has self- or auto-aligning capability. The system must be modular to allow ease of changing optical configurations needed for different measurement techniquThis 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) RFP Number RA1341-09-RQ-0836, this solicitation is issued as a request for proposal. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-34 (IV) This solicitation is being issued as unrestricted. The associated NAICS code is 334516. (V) This is combined solicitation/synopsis is for purchase of the following commercial item with optional requirements; all of some of the optional requirements may be selected: CLIN Qty Description 0001 1 Each X-Ray Diffraction System (VI) Description of requirements is as follows: The National Institute of Standards and Technology (NIST) has a need for a multiuse, high-resolution, x-ray diffraction system. The system must be capable of thin film diffraction, reflectivity, grazing incidence diffraction (GID), transmission and reflection small angle x-ray scattering (SAXS), pole figures, texture analysis, reciprocal space mapping, and in-plane diffraction. The system must also be able to easily change between focused optics and a collimated beam with slits to accommodate grazing incidence. It is highly desired that the system has self- or auto-aligning capability. The system must be modular to allow ease of changing optical configurations needed for different measurement techniques. General Capabilities Overview 1. The x-ray diffraction (XRD)system must be capable and include all of the components to perform and analyze all of the following measurements: conventional thin film θ/2 θ measurements, bulk and/or powder θ/2 θ measurements, thin film high-resolution x-ray diffraction (HR-XRD), X-ray reflectivity (XRR), grazing incidence diffraction (GID) with both in-plane and out-of-plane measurements, pole figures, texture analysis, rocking curves, reciprocal space maps, in-plane diffraction, and small angle x-ray scatting (SAXS) in both reflection and transmission. Typical samples include: polycrystalline and epitaxial metallic and ceramic films and multilayers which range in thickness from 2 nm to 150 nm deposited on 3 inch wafers; nanoparticles ranging from 4 nm to 40 nm in diameter in solution or self-organized on a wafer surface; bulk samples such as sputtering targets. The configuration should be optimized for such sample analysis. 2. XRD system must be modular in design to easily exchange optical configurations, modes of operation, and to allow future upgrades in capabilities. 3. It is highly desired that alignment of x-ray source, optics, sample and detector is performed via an automated procedure (or alternative method) to minimize or eliminate the need for the operator to perform manual alignment. If an automated procedure, alignment routines and script must be provided for all optical configurations. X-ray Source 1. Focused electron beam source, preferably with a 0.4 mm x 12 mm line focus. 2. Must have a Cu target with a K_beta filter either in the source or diffracted optics. 3. Must have a beam voltage of at least 40 kV with at least 1.8 kW operational x-ray tube power. Higher voltages and output powers are desired. 4. It is desired that the source have both line and point source output. Switching between modes of operation must be easy and straightforward without a significant realignment process. This capability is more critical if in-plane measurements are achieved by a 90 degree chi rotation of the sample Goniometer and sample stage/cradle 1. Goniometer and cradle system must be capable of achieving scattering geometries to perform in-plane and out-of-plane scans, pole figure, reciprocal space maps, rocking curves, reflectivity, grazing incidence, small angle diffraction and transmission scattering. 2. Must have at least a step size of 0.0001 degrees in detector theta and source theta (or sample omega angle if x-ray source is fixed). 3. Must include a completely motorized Eularian (or equivalent) cradle mount able to accommodate both 3 inch wafers and small samples. Cradle must have x- and y-translation with at least 10 micron step size, a z-translation with at least a 1 micron step size, as well as full 360 sample azimuthal rotation (phi), and tilt (chi or psi) of at least a quarter circle. It is desired that the sample have additional tilt axes such that once the sample tilt is aligned, phi rotations do not alter the sample tilt alignment. 4. Must include a capillary sample stage for transmission small angle x-ray scattering (SAXS) and diffraction measurements of suspended nanopartcles. It is preferred that the capillary stage has a motorized rotation. 5. If additional or alternative sample cradles are needed for a specified measurement outlined in the general capabilities section, those must also be included and described. 6. Detector and source must be mounted on independent theta axes (or sample omega rotation if x-ray source is fixed) for asymmetric scans. 7. System must have an automated sample position and tilt alignment capability. 8. It is preferred that the goniometer angle positions are encoded. Detector 1. Must have either a scintilator detector or proportional counter detector with at least a linear dynamic range of 500,000 cps and a maximum sensitivity/background of 2 cps. All high voltage supplies and electronics must be included. 2. Must have a computer controlled set of attenuators either on the source or diffracted beam. 3. We request inclusion of an additional 1-D or 2-D detector for rapid texture analysis as an option in the quote. Optics and configuration 1. Must be capable of both parallel beam and focused (Bragg-Brentano) beams and easily changeable between both modes of operation. 2. Must include a full set of beam masks, anti-scatter slits, divergence slits, height limiting slits, receiving slits, beam shaping slits. 3. Must include a computer controlled set of beam attenuators. 4. Must include a Gobel (or equivalent) x-ray mirror or for generating a parallel beam. 5. Must have a diffracted beam monochromator for both parallel and focused beams to suppress signals from sample fluorescence and Cu K_beta emission. 6. Must include Soller slits with a maximum axial divergence angle of 5 deg and one with a maximum divergence of 0.06. 7. We request inclusion of additional intermediate Soller slits module for the diffracted beam with an axial acceptance angle below 3 deg and above 1 deg as an option in the quote. 8. Must have a parallel plate collimator with an angular divergence below 0.2 deg. Additional parallel plate collimators are desired with higher values of divergence. 9. We request a removable two bounce Ge monochromator (or equivalent) on the source beam for higher resolution measurements as an option. This should have a maximum divergence of 32 arcsec. 10. We request an x-ray capillary lens as an option in the quote NIST recognize that in some cases, multiple optical configurations can be used to for a particular measurement and will achieve a similar result. Alternative configurations that deviate from the exact configurations described above will be considered with explanation as to how such a solution will provide the same result and quality of measurement. Software/Computer 1. Must have easy to use graphical software interface to allow non-expert operation. 2. Software must have full operational control of x-ray source, goniometer, sample stage, measurement parameters and settings. 3. Must have built in protection to prevent damage to XRD system (such as crashing detector into x-ray source or overpowering x-ray source) 4. State of the art computer system with all necessary flat panel monitors and peripherals. System and software must run on Windows XP (Vista is not allowed at NIST) 5. Must include a color printer. 6. It is desired to have visualization software for crystal structure and/or reciprocal space and scattering geometry. 7. Must have data reduction and analysis software to fit and simulate data for all modes of operation and measurements including: a. Theta-2theta diffraction b. Reflectivity c. Texture analysis/pole figures d. Reciprocal space maps e. Small angle diffraction f. Stress/strain g. Grazing incidence h. In-plane diffraction 8. Must include an extensive database for phase identification. Other 1. Must include reference sample kit for alignment of optics in all modes of operation. 2. Must include an enclosure with x-ray shielding and interlocks to prevent x-ray exposure to operator. 3. Must include an appropriate and adequate closed loop water chiller that is heat exchanged with an external chill water source. 4. Complete documentation of software and hardware. This includes installation instructions, user instructions, programming interface, relevant sample space drawings, and system schematics. 5. Must include full on-site installation and training. 6. Must include at least 3 days on-site applications training. 7. Analysis of samples provided by NIST and demonstration may be required during the selection process to verify the analysis capabilities and aid in the selection. 8. Bid should include estimated freight charges. 9. Vendor must have U.S. based service technicians and repair facilities. 10. Delivery of system within 120 days of order. 11. Must include at least a one year warranty covering parts and labor beginning at completion of installation and buyer acceptance. 12. Vendor must provide a list of several U.S. based references of identical systems previously sold to verify performance, reliability, ease-of-use, and customer support. 13. System must meet conventional standards for operator safety, including those for the electrical system, x-ray radiation, and mechanical hazards. 14. All equipment must be new. 15. We request a multi-year extended service contract be included as an option. (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 original and one copy of the proposal shall be submitted to Sue Bratton, Contract Specialist, National Oceanic Atmospheric Administration, Western Region Acquisition Division, 325 Broadway, Mail Stop MC3, Boulder, CO 80305-3328. (X) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows and appear in the order of importance: Hardware Specifications 50%, Technical Capabilities 20%, Experience and Past Performance 20 %, Price 10%. Offers will be evaluated based on price and other factors set forth in paragraph (a) and award will be made to the firm offering the best value to the Government. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2009), with the quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), 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 (JUN 2009) 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 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 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 (MAR 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 (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.225-5 Trade Agreements (JUN 2009) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) The following clauses under subparagraph (c) apply: (XIV) The following clauses are also applicable to this acquisition: CAR 1352.201-70 Contracting Officer's Authority (Mar 2000) CAR 1352.209-71 Organizational Conflict of Interest (Mar 2000) CAR 1352.209-72 Restrictions Against Disclosure (Mar 2000) CAR 1352.211-70 Specifications (Mar 2000) CAR 1352.233-70 Harmless from Liability (Mar 2000) (XV) The Government intends to award a firm-fixed price contract resulting from this solicitation. (XVI) Request for proposals are required to be received by the contracting office no later than 12:00 P.M. MDT on August 10, 2009. All proposals must be mailed or emailed to the attention of Sue Bratton, Contract Specialist at Room GB506A, 325 Broadway, Boulder, CO 80305. The email address is sue.bratton@noaa.gov. (XVII) Any questions regarding this solicitation must be submitted in writing and emailed to Sue Bratton at sue.bratton@noaa.gov. ATTACHMENTS 52.212-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-RQ0836/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80005, United States
Zip Code: 80005
 
Record
SN01883640-W 20090724/090722235516-98d09edf356b70763ecb4f497613fc1f (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.