Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

66 -- Scanning Elecron Microscope Sytem Type 1

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0716
 
Response Due
8/27/2004
 
Archive Date
10/26/2004
 
Point of Contact
Jeanine Worthington, 410-278-0896
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(Jeanine.Worthington@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The associated North America Industry Classification System (NAICS) code is 339111 and the Business Size Standard is 500. The combined synopsis/solicitation number is W91ZLK-04-T-0716. The Government contemplates award of a firm-fixed price contract resulting from this combined synopsis/solicitation. The following is a list of contract line item numbers and items, quantities and units of measure: CLIN 0001- Scanning electron microscop e system, JSM-7400F Type I or equal. The referenced part numbers are those of JEOL USA or otherwise stated. The following are the minimum salient characteristics for this equipment: JSM-7400F Type 1Scanning Electron Microscope Resolution 1.0nm guaranteed (15kV)1.5nm guaranteed (1.0kV)Accelerating voltage: 0.1 to 2.9kV (in 10V steps)3 to 30kV (in 100V steps)Magnification Range: 25X to 19,000X in LM mode100X to 650,000X in SEM modeConsisting of the following:A.Computer Controlled Operation:1.Windows XP PRO Operating System 2.2.4 GHz Dell Precision 650 Minitower with minimum configuration of 512MB RAM, ?40GB hard disk, 128MB Video card, CD R/W, and 2 ethernet cards 3.Mouse and keyboard operation 4. Digital knobset for manual control 5. High resolution, 18-inc h LCD flat panel display with 1280 x 1024 pixels for image display and GUI control 6.User login function with customized recipe recall 7.Network ready with Ethernet interface 8.Image archiving and database management with thumbnail display supporting BMP, TIF and JPEG file formats B.Electron Optical System:1.Field emission gun with cold cathode tip 2.User selectable emission current (up to 20?A)3.Fully automated column linkage for changes in beam voltage, current and WD 4.Column condition memory 5. digital Noise Canceller 6.Gun Isolation Valve 7. Fixed Objective Lens Aperture 8. Aperture Control Lens 9.Conical Objective Lens C.Detectors:1. Through-the-lens Secondary Electron Detector for operation between 1.5mm and 15mm WD with r-filter & SE Enhancer 2.Conv entional in-chamber E-T type Secondary Electron Detector D.Scanning System:1.Digital scan generator system with up to 2560 x 2048 x 8 bit resolution 2.Digital scan rotation linked to kV and WD 3.Scanning modes include: full frame, reduced field, spot mode, and line scan 4.10 user selectable scan speeds 5.Scaler measurement and annotation system including:a. point-to-point line b.angle and line c.circle, square, arrow, line and text d.calibration routine for standardse. end point magnifying window f.annotatio n can be saved; loaded and appended E.Image Framestore and Processing System:1.Frame averaging 2.Pixel Integration 3.LUT functions such as gamma, gray scale expansion,pseudo-color F. Specimen Chamber and Stage:1.Large specimen exchange port for samples up to 150mm diameter x 20mm height 2.Tilt eucentric goniometer stage:a.70mm in Xb. 50mm in Y c.1.5 to 25mm in Z d.-5? to +70? tilte. 360? continuous rotation f.Ferrofluidic feed-thrus for smooth motion in X and Y 3.PC automation of X, Y and R including:a. J oystick or mouse control b. Move-to-center point and shoot c.Step by field or sized. Computer eucentric rotation e.Snap Shot Reconnaissance Map for high magnification navigation f. Points table g.Graphical representation of holders with navigation function h. Soft limits linked to holder i.Hard limits j.Auto stage calibration k.Auto homing for sample exchange 4.Sample Holder Kit including:a.12.5mm dia. x 10mm tall stub b. 26mm dia. x 10mm tall stub c. 2-inch dia. x 10mm tall bulk holder with inserts for 7 ea ch 12.5mm stubs or 8 each 10mm stubs d.4-inch bulk holder e.6-inch wafer holder 5. Sample grounding alarm 6. Specimen current feed-thruG. Vacuum System:1. Fully automatic and fail safe 2.Pneumatically controlled valving 3. Ion pumped UHV gun chamber 4. Two ion pumped intermediate chambers 5.Ion pump battery back up system 6. Sample chamber pumped by DP-DP cascade system 7. Liquid Nitrogen cooled anti-contaminator fixed below the OL 8. Penning vacuum gauge with read out on GUIH. Installation and Training:1.High Performance Closed Loop Water Recirculator 2.Installation and proof of resolution guaranteed in customer's laboratory 3.One year all parts and labor warrant y(begins with customer's first use of instrument); 1st shift,8 hours/day, Monday through Friday 4. 4 day user training course at JEOL for one person, including tuition and supplies 5.One set of operator manuals (330248);SM-71270(CH)Cross Section Multi-Spe cimen Holder (319481); SM-74071(RBEI)Retractable Backscattered Electron Detector Pneumatically retractable solid state backscattered electron detector. Split annular type providing compositional (COMPO) and topographical(TOPO) image contrast (332160); TN-N SS300-J7400SYSTEM SIX Analyzer Chassis & Analytical System Includes realtime Digital Acquisition Electronics with Digital Pulse Processor, Spectral Imaging data acquisition, Analytical software package, Image Acquisition, Data Extraction and Display softwa re. Microsoft Word included for reporting. Computer:DELL MiniTower with Pentium IV processor and Microsoft Windows 2000Detector: 10mm2, 132eV Mn resolution, X-ray detector with mechanicalinterface, 7.5 liter LN dewar and low LN sensorTable:Workstation tabl e with telescoping legs Integration:Electronic interface and harness for digital beam control and image acquisition from the electron microscopeColumn communication interface for monitoring of microscope parametersSingle keyboard, single mouse for integrat ed operation of two computersInstallation:Installation of Spectral Imaging System by Thermo NORAN authorized Customer Support Specialist. Includes One training credit for one person at a Thermo NORAN System SIX, customer training course. (Customer is respo nsible for all travel, lodging, and meal expenses.) (JU2004205);JU2005678/2IBM L180P 18inch LCD Monitor (JU2005678/2);TN-COMPASSCOMPASS SOFTWARE For the automatic analysis of Spectral Imaging files collected withthe microanalysis system. Software will an alyze the entire data set(up to 256x256 data set) and summarize the data into distinct compounds.Data display will consist of a spectrum generated for each unique compound and an x-ray image showing the distribution of each uniquecompound. (Requires comput er with a minimum 866Mhz clock speed and 512MB of CPU memory) (JU2003035);DESK-IIIDesk III Cold Sputter/Etch Unit"Desk III units are supplied complete with pump"Pocket PC and software for operator interface"File Transfer Package in CSV format"Manual or aut omatic Timed sputtering or etching"User choice of adjustable current control to allow either high or low rate sputtering to achieve finer grain structure"Cycle times of less than three minutes (pumpdown-coating-venting) are achieved using a two-stage, dire ct drive, 60 lpm. mechanical pump with exhaust filter, which is included. The pump is enclosed within thecabinet."During sputtering or etching backstreamingis prevented by an adjustable gas bleed from the mechanical pump"Sample specimens are protected from damage by Denton's patentedanode grid which, in conjunction with the magnetron sputterhead to collect stray electrons, prevents them from bombarding/heating the sample"Contamination protection is achieved by utilizing the manual shutter to cover the targ et during etching (this shutter is removable if samples larger than 2?inch are to be coated)"The system automatically vents when turned off.Includes one gold and one etch target. (JU2005390); DESK-CARBON Carbon Rod Evaporation Accessory For DESK III: cover plate with carbon source 6inch diameter X 9inch height- Pyrex cylinder with gaskets low voltage power supply and connecting cables (JU2005355)and Warranty;Acce ptance shall be at Destination. Shipping shall be FOB DEST. Delivery shall be to the U.S. Army Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Price and Past Performance and less important than price. Technical, past performance and price. Technical and past performance are of equal importance and when co mbined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any i nformation which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the gove rnment to determine whether the product meets the salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other fa ctors considered. The government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, C ontract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cit ed in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Oppo rtunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S. C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. T he full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail by 27 Aug 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Jeanine Worthington, Contract Specialist via email to: jeanine.worthington@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00647521-W 20040821/040819212428 (fbodaily.com)
 
Source
FedBizOpps.gov 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.