Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1998 PSA#2095

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

66 -- SOFT X-RAY DETECTOR WITH ENERGY DISCRIMINATION SOL N00173-98-R-JR07 POC Jerry Riles, Contract Specialist, Code 3220.JR, (202) 767-2120, Wayne Carrington, Contracting Officer E-MAIL: Click here to forward a request via e-mail, Contracts.nrl.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, 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. This solicitation, N00173-98-R-JR07, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-04 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 100 and the SIC code is 5049. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, Soft X-ray Detector with Energy Discrimination. This specification is for the procurement of a 7-element soft X-ray Germanium (Ge) detector with energy discrimination to be used in an existing ultra-high vacuum (UHV) system (maintained pressure of 1x10-10 Torr) at the Naval Research Laboratory (NRL) Magnetic Circular Dichroism (MCD) Facility located at beamline U4B of the National Synchrotron Light Source (NSLS) of Brookhaven National Laboratory. The detector must be designed to collect and energy discriminate soft x-rays excited by the synchrotron source and emitted from a sample within the UHV chamber. Item 1 is a required item, and Item 2 is an optional item. Offer shall show separate costs for each item. 1. The 7-element Soft X-ray Array Ge Detector shall include the following: (a) A 7-element soft x-ray array Ge detector with cryostat, capable of the following: (i) This detector must be optimized and must have a demonstrated ability for detecting photons down to 300 eV in a UHV environment. Each detector element must have a minimum active area of 100mm2 and a thickness of 10mm. Each detector element must have an energy resolution performance of an average FWHM of 150 eV (Maximum FWHM of 175 eV) @ 5.9 keV with a count rate of 1k CPS; (ii) Each detector must have a separate high rate resettable preamplifier which provides a means for resetting the preamplifier without the use of light or of a separate transistor; (iii) The detector array must contain a minimum of 7-elements in a circular pattern (6 elements on the perimeter of the circle, one element in the center of the circle); (iv) The detector will be mounted with a windowless retractable liquid nitrogen cryostat having a 7.5 liter capacity for a minimum 2 day holding time. Final design of the cryostat/retraction assembly will be submitted for approval within 2 weeks of receiving the contract award; (v) The cryostat must have a liquid nitrogen detector monitor; (vi) The cryostat will have a semi-transparent vacuum barrier window comprised of 1000 angstroms of parylene on a 1/10 mil Cu support. The vacuum barrier must include a vacuum by-pass valve on the cryostat to equalize the pressure on both sides of the vacuum barrier window when the gate valve is closed; (vii) Operation manuals and electronic schematics must be included. (b.) A Retraction mechanism capable of the following: (i) The detector and cryostat must be mounted on a motorized slide table for insertion/retraction from the UHV chamber. The slide table must utilize a metal bellows with a UHV gate valve and must be constructed for operation in a UHV environment. Included must be a mini conflat pump-out port for evacuation of bellows area when gate valve is closed; (ii) The detector/cryostat/retraction mechanism must be self contained and mounted on a stand with wheels for detachment and easy separation from the UHV system; (iii) The detector and cryostat will be coupled to the UHV system through an existing 4.5" conflat flange with a tube ID of 2". The linear translation of detector and cryostat must have a minimum of 8" penetration into the UHV system from the sealing surface of the 4.5" conflat and through the tube with ID of 2". The Offeror is required to include in its proposal, the following Optional item, as a separate cost item. 2. Electronics and Data Acquisition for use With Soft X-Ray Array Ge Detector. The electronics and data acquisition shall include all necessary electronics, cables, and software for complete operation and data acquisition of the soft x-ray array Ge detector described in Item 1. This includes the following: (a) The Electronics, which must be capable of the following: (i.) must allow for complete operation of the 7-element soft x-ray array Ge detector including data collection, data analysis, data storage, and instrument control. (ii) electronics must allow for independent access of each element of the detector, including the ability to separately set the energy window, amplification, and threshold settings for each element of the detector; (iii) The amplifiers must operate independently and in parallel with a gain range of x2.5 to x1500, near-gaussian pulse shaping, and computer control of SCA window centroid and width. (b) The data collection and instrument control software must be a Pentium based PC, 200 MHz or faster, and user friendly and menu driven with access either via mouse or keyboard input. The software must contain integrated acquisition and analysis with fully independent support of individual detector element inputs. The software and electronics must allow for simultaneous management of count procedures from all 7 elements by parallel detector processing to minimize detector deadtime. All standard instrument settings must be controllable by computers. (c) The data acquisition software must allow for the following: (i.) modification of all instrument control parameters related, but not limited to, the data collection; (ii.) display of data in real time during data acquisition for each element of the detector array independently; (iii.) full multitasking; (iv.) network compatible; (v.) ASCII storage of data; (vi.) hard copy plotting using a Laserjet printer; (vii.) storage of all data with pertinant instrument control parameters; (viii.) usage of color graphics to facilitate data analysis by simultaneously displaying a minimum of 7 distinct graphs in different colors; (ix.) zoom and range expansion features during data graphing; x. batch or interactive mode for data acquisition. (d) All Software must be site licensed for use at the Naval Research Laboratory and at Brookhaven National Laboratory. The offeror must provide complete installation of the system and provide a Demonstration of all system capabilities during the initial installation. On-site training must be provided immediately following completion of system installation. The training shall be no more than three (3) days, covering all mechanical and software features of the detector. The vendor will be required to certify that the offered equipment and software will perform precisely as described in this specification. All capabilities must be demonstrated during the initial installation and will be reviewed prior to final acceptance ofthe instrument. All equipment, excluding the detector elements, shall be warranted in accordance with standard commercial practices. The warranty period shall begin after acceptance of the system. Delivery and acceptance is the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 180 days from date of award. The FAR and DFAR provisions and clause sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) price (2) technical capability of the item offered to meet NRL's need (3) past performance. Technical and past performance combined, are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, and DFARS 252.233-7000. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offerors proposal must be delivered to Contract Officer, Code 3220:JR, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:JR, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 15 June 1998. The package should be marked RFP N00173-98-R-JR07, Closing Date: 15 June 1998. For more information regarding this solicitation contact Jerry Riles, Contract Specialist at (202) 767-2120. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number JR07. (0132)

Loren Data Corp. http://www.ld.com (SYN# 0331 19980514\66-0019.SOL)


66 - Instruments and Laboratory Equipment Index Page