Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665

MEDCOM ACQUISITION ACTIVITY, SOUTHEAST CONTRACTING CENTER, 39706 40TH STREET, FORT GORDON GA 30905

66 -- NANOINDENTION SYSTEM SOL DADA08-96-B-0008 DUE 091196 POC Contract Specialist JAMES E. DINWOODY (706) 787-3894 (Site Code DADA08) This is a combined synopsis/solicitation 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; bids are being requested and a written solicitation will not be issued. Solicitation number DADA08-96-B-0008 applies and is issued as an Invitation For Bids (IFBs). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-38 and Defense Acquisition Circular 91-10. The standard industrial classification code is 3826 and the business size is 500 employees. Contractor shall furnish, deliver and install a Nanoindention System with STM microscope ''OR EQUAL'' to the Dwight David Eisenhower Army Medical Center, Bldg 300, Fort Gordon, GA. This requirement is for a fixed price contract with the following line items, ITEM 0001; Quantity 1 System; Nanoindention System with a STM Detection Microscope; ITEM 0002, Quantity 1 Service, Installation; ITEM 0003, Quantity 2 each, Manual, Operator & Maintenance to include Schematics. The minimum essential functional characteristics for the Nanoidention System are as follows: a. System must provide nanoidention and scanning tunneling/atomic microscopy; b. Load range and sensitivity: 10 mN full scale, 100 mN resolution; c. Displacement range and sensitivity: 100 um full scale, 0.2 nm resolution; d. Drift, 5 minutes after set up: 50 nN/min typical, 0.2 nm/min typical; e. Drift, 1 hour after setup: 20nN/min, 0.2 nm/min typical; f. Nanoindenter must include: 1. auto zero push button, 2. selectable low pass filters, 3. electrostatic power supply, 4. BNC shielded cables, 5. force transducer, 6. drive circuit, 7. tranducer feedback cable, 8. pyramical diamond tips: A. corner, B: Berkovich, C. Vickers, D. Knoop, 9. Conical tips: A. ( 1 um radius 90 degree, B. 1,2,5,10 um radius 60 degree, C. 20 and 50 um radius 90 degree, D. 100 and 120 um radius 120 degree; 10. Computer system: A. )100 Mhz Pentium processor, B. )16 MB RAM, C. CD-ROM 8X drive, D. 1 GB hard drive, E. 32 bit PCI graphics accelerator with 1 MB DRAM, F. 15'' color monitor, G. laser printer, H. all software necessary to gather, store, interprete, and present nanoidention data; 11. base with two dimension manipulator; g. Scanning Probe Microscope must include: 1. SPM stage electronics; 2. video monitor for integrated optical microscope; 3. 1000 X 1000 image resolution; 4. four channel simultaneous image acquistion; 5. 32 channel sensing; 6. computer must include: A. )100 MHZ Pentium processor, B. 1 GB local bus IDE hard drive, C. )16 MB RAM, D. super VGA display controller with 2 MB VRAM, E. high speed digital signal processor, F. 28,800 BPS internal modem, G. 15'' color monitor H. laser printer, I. all software necessary to gather, store, interprete, and present nanoidention data including SPMLab Microsoft Windows based; 7. Explore SPM Sensor head; 8. training course; 9. vibration isolation platform and/or table; 10. Explorer SPM head with TrueMetrix; 11. AFM liquid scanner, 2 micron x,y,0.8 micron z; 12. AFM dry scanner, 2 micron x,y,0.8 micron z; 13. layered imaging software; 14. STM sensor assembly; 15. STM scanner, 2 micron x,y,1 micron z; 16. spacer kit for kit X, Y translator; 17. modulation unit; The following tips are required: a. 90 degree diamond mounted (1-037), b.60 degree triangular diamond mounted (1-038), c. 65.3 degree half angle diamond mounted (1-039), d. Conical 90 degree included angle less than 1 um tip radius (1-040), e. Conical 90 degree included angle 20 um tip radius (1-041), f. Conical 90 degree included angle 50 um tip radius (1-042), g. Conical 60 degree included angle 1 um tip radius (1-043); h. Conical 60 degree included angle 2 um tip radius (1-044); i. Conical 60 degree included angle 5 um tip radius (1-045); j. Conical 60 degree included angle 10 um tip radius (1-046); k. Conical 120 degree included angle 100 um tip radius (1-047); l. Conical 120 degree included angle 120 um tip radius (1-048); m. Knoop 130 X 172 degree rhomboidal (1-049); n. Vickers 68 degree tetragonal (1-050). Delivery of the system shall be within 30 days after contract award FOB destination to Fort Gordon, GA. Inspection and acceptance will be at destination. FAR Provision 52.212-1; Instructions to Offerors-Commercial Items, FAR Provision 52.212-2, Evaluation of Commercial Items; FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items apply. Pursuant to FAR Provision 52.212-2, Evaluation of Commercial Items, the government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government. Award will be made to the offeror that meets the synopsis/solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. Note: All offerors are required to submit a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Failure to submit a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items with your offer may be cause for rejection of your offer. Pursuant to FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, the following FAR Clauses are hereby incorporated by reference; 52.203-6, Alt 1, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity; 52.225-3, Buy Amercian Act-Supplies; 52.225-21, Buy American Act, North American Free Trade Agreement Implementation Act-Balance of Payments Program; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Community Sanctions for End Products; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Copies of FAR Provisions can be found, in full text at URL: http://www.medcom.amedd.army.mil/medcom/mcaa/index.htm. Bid opening will take place at the MEDCOM Acquisition Activity, Southeast Contracting Center, Bldg 39706, Fort Gordon, GA 30905 on September 11, 1996 at 1:30 P.M., Eastern Time. Bids must be received prior to bid opening. For additional information, contact Jim Dinwoody at (706)787-3894. This acquisition is 100% set-aside for small businesses (See Note 1). All responsible small business sources may submit an offer for consideration. RONALD F. MAGEE Contracting Officer(0234)

Loren Data Corp. http://www.ld.com (SYN# 0235 19960822\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page