SOLICITATION NOTICE
66 -- CRYO TRANSFER SYSTEM
- Notice Date
- 9/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-RMLRFQ4051
- Response Due
- 9/22/2004
- Archive Date
- 10/7/2004
- Point of Contact
- Leona Eschenbacher, Purchasing Agent, Phone 406-363-9395, Fax 406-363-9288, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
- E-Mail Address
-
LEschenbacher@niaid.nih.gov, jfoley@NIAID.NIH.GOV
- Description
- This notice 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; quotes are being requested & a written solicitation will not be issued. Submit offers on RML-RFQ-4051. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 6/18/04. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories, (RML), Office of the Administrative Director (OAD) has a requirement for: A = One each high resolution cryo transfer system for FE SEM (Field Emission Scanning Electron Microscope) with, one each precision cold rotary fracturing device/cold shield with micrometer. B = One each cryo transfer single tilt holder that shall include a workstation and tools with, one each smart set cold stage controller with cable. C = Installation and training on site shall be included. The following are the requirements: A = High resolution cryo transfer system for a FE SEM 1) A high resolution cryo transfer system with maximum performance with Field Emission SEM?s with <10nm resolution available on cryo samples. 2) Nitrogen cold stage of ?185 to +100 degrees C and interface to SEM stage with a nitrogen gas cooled stage module, fitted with a heater and sensor. 3) Anti contaminator and lamp assembly with direct cooling of the anti contaminator and cold stage to prevent heating of the anti contaminator during the heating of the sample. Including two platinum resistant thermometers to independently measure the temperature of the cold stage and the anti contaminator independently. 4) Nitrogen heat exchange and gas feed through to the SEM chamber, with the Dewar vacuum insulated separately from the SEM vacuum. 5) Ball valve with micro-switches plus mechanical interlock and interface to SEM chamber, to allow interlocking for SEM and beam supply, mechanical interlock to prevent inadvertent opening of the ball valve. The ball valve in conjunction with the leaded glass shall eliminate X-ray leakage. 6) Airlock gate valve fitted to the cryo preparation chamber with interface for the vacuum transfer device. 7) High vacuum cryo preparation chamber with integral nitrogen dewar with a minimum of 8 hours hold time, sample platform, anti contaminator and variable temperature facility ?180 to +100 degrees C. 8) Cold knife fracturing device to utilize normal scalpel blades of different types. 9) Binocular viewer with x10 and x 20 magnification with 45 degree views of the specimen during fracturing. 10) Vacuum transfer device with a viewing window. 11) Cold Magnetron sputter source for high resolution sputter coating supplied with Au-Pd target, but with the option to fit with W, CR, or Pt targets. 12) Fittings and control valves for high purity Argon gas supply. 13) Turbo molecular pump system for cryo preparation chamber with 70 1/sec pump, and vacuum gauges fitted with anti-vibration mounts to allow 5nm resolution specification with the pump operational. 14) Cryo pumping from the large integral Dewar and anti contaminator to reduce the partial pressure of water to an absolute minimum and allow for contamination free preparation of samples. 15) Large cold plate to stop water vapor and / or oil contamination of the samples. 16) Keypad control unit for vacuum, coating and temperature control and system logic status to allow full electronic control and monitoring of the cryo system from a single hand held unit. 17) A 2 pot freezing station for producing nitrogen slush and loading pre-frozen specimens (with a device for loading pre-frozen specimens, vacuum connections and valve control for vacuum transfer device.) 18) Multi functional two stage rotary pump with exhaust filter, pumping lines, fore line trap and ballast reservoir for use as a backing pump to the turbo-molecular pump for the cryo preparation chamber for intermittent operation only and to pump the freezing station. 19) Power electronics and solenoid valves, mounted in the floor standing cabinet to be used beside or behind the SEM. 20) Dovetail specimen holders with stubs with a minimum area of 13mm x 30 mm, with the option to supply a larger area. Dovetail specimen holder with a lockable clamp facility for solids and with rivets with lockable insert facility for liquids. 21) Self pressurizing N2 Dewar with a gas flow regulator for cooling SEM cold stage with dry N2 gas and gas purging to supply an estimated 3 day usage with one Dewar filling. 22) A spare parts kit. B = Cryo transfer single tilt holder with workstation and tools. 1) The resolution performance of the cryo transfer shall be 0.34 nm minimal. 2) The cryo transfer shall operate at a maximum temperature of 110 degrees C and a minimum temperature of less than ?170 degrees C. 3) The cryo transfer shall have a copper conductor between the specimen holder tip and the liquid nitrogen dewar that shall form the cooling pathway and the integral heater to permit adjusting the specimen temperature over a range of 110 degrees C to less than ?170 degrees C 4) Shall extend the liquid nitrogen hold times and minimal boiling by the vacuum insulation of the aluminum copper dewar. 5) Shall include a clip ring to lock frozen grids in place for thermal contact. 6) Shall have an external control to prevent sample frosting and beginning imaging sessions. 7) Shall include a four specimen grid holder and specimen transfer tool for grid handling and storage. 8) Shall include a tilt analytical cryo transfer with a beryllium insert and tip. C = 1) Installation and training on site shall be included, and Warranty and Service Agreements shall be available as options. FOB Point shall be Destination, Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; FAR 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR 52.246-2 Inspection of Supplies-Fixed Price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, and price. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST), 09/22/04. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABORATORIES, 903 SOUTH 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN00666136-W 20040909/040907211721 (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 |