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 -- Transmission Electron Microscope

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-0722
 
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-0722. 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- Transmission Electron Micro scope, PN: JEM-1230(AB) or equal. The following are the minimum salient characteristics for this equipment: JEM-1230(AB)Transmission Electron Microscope A. 120kV accelerating voltage; electron gun assembly with Cool Beam Illumination System- LaB6 filament standard B.32 bit internal microprocessor 1.Mouse and/or trackball control of X/Y stage drives. Mouse control of Stigmators, Deflectors, Stage Position, Electronic Image Shift 2.16ich LCD Monitor standard 3. Application functions a. IOS (Image Orientation System) b. MDS (Minimum Dose System)c.Image Measurement System d. TF (Through Focus) Series 4. Computer controlled Free Lens Control 5. External control through RS232 or Ethernet for readout of microscope conditions or external microscope controlC. High Contrast Objective Lens - optimized for high resolution and high contrast D. Double-gap first Condenser Lens: for fine probe generation E. Resolution guaranteed: .2nm line, .36nm point to point F. Five Axis Motorized Goniometer 1. Mouse and/or trackball c ontrol 2.Computer integrated: positions stored for later recall 3. ?45? rod-axis tilt (ABP12); ?70? with optional tomography holder 4. Field (Specimen) Position indicator with Memory Function -Auto Reposition standard 5. Specimen Holder with Quick Chan ge Specimen Cartridge 6. Tip-on Holder (OPTION) - accommodates multiple tips for in-tip storage and auto specimen repositioning G. Built-in Cryo Capability H. Objective Aperture - 3 aperture positions I. Beam Stopper J. Film Desiccator - holds up to 4 fil m boxes K. Air Compressor L. Anti-Contamination Device M. Haskris Water Recirculator (specify air or water cooled at time of order) N. Automatic Exposure System allowing variability of either brightness or time - including average or spot exposure meter O.Complete data recording on negative, including kV, Magnification, Film Number, Scale, Operator Code and Label P. Automatic Sheet Film Camera (3?inch x 4inch), including (2) each light-tight loading and receiving boxes and 100 cassettes Q.Fully Automati c Vacuum System with Penning Gauge R. Operator's Chair S. Installation and proof of resolution guaranteed in customer'slaboratory T. One year all parts and labor warranty (begins with customer's first use of the instrument)U. 4 Day user's course at JEOL , including tuition and supplies for one person V. One set of operator's manuals (294861); EM-11060(SRH12)Specimen Rotation Holder (270237) GAT-894.20P.22K X 2K PIXEL ULTRASCAN 1000 CCD CAMERA FOR 100 OR 200 KEV OPERATION:Bottom mount, high performance, 2k x 2k CCD camera designed for imaging applications in both life and materials science. HCR (high contrast resolution) optical technology, 2k x 2k CCD pixels, and 4-port CCDreadout (First Light Controller). 16-bit dynamic range ensures image dataprecision. Temperature regulated Peltier cooling technique minimizes andstabilizes the CCD dark current. Retractable to ensure complete compatibility with Gatan GIF or ENFINAanalytical spectrometers. Image data is transferred to the host computervia a PCI interfac e with a high-speed optical cable. Camera operation is controlled by Gatan Microscopy Suite (GMS) software, which includes DigitalMicrograph and new camera cont rol user interface. Summary of the unique features:- HCR optical technology significantly improves image contrast and resolution- HCR phosphor scintillator- Single fiber design improves stability and performance- 2k x 2k CCD sensor and each pixel 14mm- Single grade CCD- 4-port simultaneous data readout (First Light Controller) with low readout noise- Regulated Peltier cooling technology to keep dark current low and stable- PCI interface (not FireWire)- 16-bit data digitization- Only available for Windows 2000 (no Macintosh support)- Computer and monitor are not included (JU2004114) GAT-894.TInstallation and Operation Training (JU2003119) GAT-700.80PDigitalMontage Plug-in for Windows2000 includes RS232 cable (JU2002660) DELL-P4-GX270DELL OPTIPLEX GX270 PENTIUM 4 COMPUTER & MONITOR 3.2.0GHz Processor, 1.0GB SDRAMat 333MHz DDR, Dell Keyboard, 64MB Video Graphics Card, 80GB EIDE, ATA/100 Hard Drive,3.5 inch floppy drive, Windows XP Pro, Dell 2-button optical mousewith scrol l, 48X/32X/48X CD-ROM/RW, 3 year Dell parts and service warranty. Configured to run Gatan Digital Camera.IBM L180P 18 inch LCD Monitor. Acceptance shall be at Destination. Shipping shall be FOB DEST. Delivery shall be to the U.S. Army Aberdeen Proving G round, 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 combined 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 information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnis h as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. The government will awar d a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. A completed copy of the pro vision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract 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 cited 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 Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmat ive 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 b y Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004. AMCAC 52.0232-4002, AVAILABILITY OF FUNDS (OCT 2003)Funds are not presently available for this acqu isition. No contract award will be made until appropriated funds are made available (AFARS 5101.602-2(a)(ii)(B)). Required Central Contractor Registration. The 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 w ill 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.m il. 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
SN00647522-W 20040821/040819212429 (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.