Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

66 -- ATOMIC FORCE MICROSCOPE

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1086898-1
 
Archive Date
7/15/2011
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 number is 1086898-1 and is issued as a Request for Quote (RFQ). Quotations are due 10 days from the publication date of this synopsis or 30 June 2011, by 12:00 p.m. EST, local prevailing time in Atlanta, GA at the Food and Drug Administration, ATTN: Thomas Dumas, 60 8th St., NE, Atlanta, GA 30309. The quotation must reference solicitation number 1086898-1. The offers are due in person, by mail or email. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52, effective May 31, 2011. The associated North American Industry Classification System (NAICS) code is 334516- Analytical Laboratory Instrument Manufacturing and business size is 500 employees. The Food and Drug Administration, Center for Devices and Radiological Health (CDRH) is establishing a Core Nanotechnology Facility and has a need for an Atomic Force Microscope (AFM) in order to characterize nanomaterial morphology and behavior in FDA regulated products. The Atomic Force Microscope (AFM) allows a user high resolution and three-dimensional information. It also allows the user to probe and observe a vast array of nanomaterials in native, intended, unintended and biological environments. The Food and Drug Administration, Center for Devices and Radiological Health through Market Research have identified the Agilent 5500 AFM/SFM System as an instrument that meet the requirements for their needs. The Office of Acquisition and Grants Services intends to purchase Brand Name or Equal to the Agilent 5500 AFM/SPM System to include two (2) one (1) year options to extend the manufacturer service warranty. Salient Characteristics of the instrument: • The system shall have an environmental chamber which is integrated with the microscope head for fast sample loading, have a gasket seal for complete isolation of gases in the chamber from the scanner and have a minimum of four ports for gas and/or electrical connectors. The chamber shall be constructed of optically transparent and solvent/acid/base resistant material to allow viewing of the sample during operation. The chamber shall be air-tight at moderate positive and negative pressures (as opposed to a "purge chamber" requiring a continuous flow of gasses). The system shall be compatible and tolerant of a condensing environment as well. Systems that use a simple "purge" chamber are not sufficient and can lead to instrument failure due to gases, fumes, or water vapor damaging the instruments' electronics. • All scanner and detector electronic components must be sealed from the sample environment without reducing access to the sample area. This capability is critical for state-of-the-art electrochemistry and environmental control. • The system shall have heating and cooling options (minimum total range that can be covered is -5C to 250C) which are available for air and solution imaging. All heating and cooling options shall be compatible with fluid cells and fluid operation or while under gaseous environmental control. Temperature control accuracy is 0.1C or better • All imaging is done with a top down scanner (sample always stationary and tip/cantilever scanning) for sample size flexibility and adaptability of system to inverted light microscopes or other techniques like electrochemistry that require ample access to the sample and tip area. This type of design also removes the danger of scanner damage from fluids. • System shall be able to perform oscillating probe AFM techniques in fluid which include both acoustic mode and magnetically coupled mode (MAC). The design allows the ultimate in flexibility due to being able to magnetically excite the probe from either below or above the sample all while not limiting the system to any applications. • The system shall accommodate samples of at least 50mm x 50mm and have provisions for imaging samples on glass slides and cover slips. The system shall be able to resolve the atomic lattice structure of Mica in contact mode deflection images in order to demonstrate high resolution capabilities of system. • System shall include fluid cells which fit on interchangeable sample plates for heating, cooling, or MAC and acoustic AC modes. The fluid cells are constructed of Kel-F (or similar) and are available in Teflon, are held with quick clamping mechanism for fast assembly, and are priced economically so that they can be conveniently replaced or spares provided to prevent cross-contamination of biological experiments or allow multiple users to prepare for experiments simultaneously. • Sample plates/holders shall be interchangeable with options for heating, cooling, MAC and acoustic AC, or electrochemistry modes. The sample plates shall be compatible with fluid cells described above, have quick clamping electrode holders for all EC electrodes, and have integral connector for electrochemistry electrode connections. • The systems' scanners shall have interchangeable cantilever holders that are hermetically sealed from the environment and provide for the following modes of operation: STM, AFM, CSAFM, Oscillating probe/AC-AFM, EFM, LFM, MAC, etc. The system shall include such cantilever holders for AFM, CSAFM, AC-AFM, and EFM operation in air, fluid, controlled temperature, or controlled environments. The system shall include a large range (90um x 90um x 7um) scanner which is closed-loop in X, Y, & Z axes. Toggling on/off the closed-loop control does not require the user to stop scanning. • Agilent's electrochemical SPM capabilities include a complete kit for high-resolution in situ Electrochemistry-SPM experiments. Electrochemical SPM offers a low-noise potentiostat/galvanostat for in situ EC-SPM studies (both EC-AFM & EC-STM). When combined with temperature control, it is possible to obtain valuable information about electrochemical processes that would otherwise be inaccessible. The addition of environmental control allows imaging with no dissolved oxygen in either aqueous or non-aqueous solutions. Advanced functions and analyses of the EC option include background subtraction, EC plot line integration between cursors allowing integration above or below user-defined line, and integration of current vs. time for charge measurements. • The system provides Single Pass Electric Measurements such as Kelvin Force Microscopy (KFM). Measurements can be faster, with higher spatial resolution and less susceptibility to drift than other "interleave" methods. The KFM option provides quantitative surface potential/work-function imaging with high lateral resolution (~1-2nm) and no variability due to operating frequency or excitation voltage and with an extremely linear response. Surface Potential, dC/dV and dC/dZ measurements are also possible with no additional hardware. • The system must be capable of operating as a standalone unit with all capabilities described above or operating on an inverted light microscope by quickly moving the microscope head onto an inverted light microscope adapter stage. • The system must come with a separate STM scanner. • The system must have the capability to automatically calibrate the spring constant of the cantilever using the thermal tuning method. • The system must come with an integrated vibration/acoustic isolation chamber. • The system must come with an Advanced level of analysis software that provides an easy-to-use desktop publishing environment for fast and accurate metrology report generation, surface analysis workflow for full metrological traceability, allows the user to user to work in a multi-language environment such as English, French, German, Italian, Polish, Spanish, Japanese or Chinese to build the analysis document, and conforms to ISO standards. • The system must include installation and training of at least 2 days. • The system must include a 1 year warranty standard manufacturer warranty. The following FAR clause applies to this solicitation and is incorporated by full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) EVALUATION AND AWARD: The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors when combined are approximately equal to cost and price. The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government reserves the right to make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror's best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Applicability of FAR PROVISIONS: THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS AND CLAUSES APPLY TO THIS REQUEST FOR QUOTES AND ARE INCORPORATED BY REFERENCES: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERICAL (JUN 2008), 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JUN 2010). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2011); THE FOLLOWING CLAUSES ARE APPLICABLE: 52.203-6; 52.219-4; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.222-50; 52.222-54; 52.225-1;52.225-13, AND 52.232-33. FULL TEXT OF CLAUSES AND PROVISIONS CAN BE OBTAINED AT http://www.acquisition.gov 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance of the extended manufacturer service warranty under this contract beyond the standard one (1) service agreement. The Government's obligation for performance of this contract beyond that time is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance of the service warranty under this contract beyond the standard one (1) service agreement until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) CCR Requirement - Offeror's must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror's are not registered in CCR, they may do so by accessing the CCR web site at: http:www.ccr.gov. A standard commercial warranty on parts and workmanship is required.The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1086898-1/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02476791-W 20110622/110620234359-d966ae9d4522e05769317ba4bf039cca (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.