SOLICITATION NOTICE
66 -- X-Ray Diffraction System
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0421
- Response Due
- 6/23/2006
- Archive Date
- 7/8/2006
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division requires a multi-purpose X-Ray Diffraction (XRD) System with the ability to switch from Bragg/Brentano to parallel beam geometry, and can be upgraded for microdiffraction capabilities, including beam collimation to spot sizes of 50 micrometers or less, and area detection. The Contractor shall provide a complete XRD system in accordance with the specifications outlined below. All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one each X-Ray Diffraction (XRD) System, including the following components and meeting or exceeding all of the following required specifications: Component #1 - Power Supply and X-Ray Tubes 1. The X-ray tube power supply shall have a maximum continuous power output of 3000 W and shall be rated for 20% greater than maximum power output. Both the current and voltage range shall be user-selectable and continuously adjustable over the following ranges: voltage from 10 kV to 60 kV and current from 5 mA to 80 mA. The power supply shall be capable of both computer-controlled and manual operation. Computer operation shall include current and voltage control, generator status and error message handling, selection and locking of generator operating parameters and limit values, diagnostics and operation time counter, and automatic burning in and degassing of X-ray tubes. The stability of tube voltage and current shall be plus or minus 0.01 percent at plus or minus 10 percent line fluctuation; 2. The system shall include a 2.2 kW long fine focus Cu X-ray tube with a warranty of at least 4000 hours. The system shall be compatible with X-ray tubes from a variety of vendors. Component #2 ? Goniometer 1. The goniometer shall be a theta-theta geometry in vertical configuration. The measuring circle shall be continuously adjustable with predefined stops and a maximum diameter of at least 500 mm; 2. The goniometer shall be microprocessor controlled and use stepper motors with optical encoders. Diffractometer alignment shall be completely under computer control; 3. The goniometer reproducibility shall be plus or minus 0.001 degrees 2theta or smaller (0.0005 degrees is preferred). Its useable 2theta angular range shall be at least from 0 degrees to 150 degrees 2theta, and its smallest step size shall be 0.0001 degrees. 4. The goniometer shall allow easy and accurate installation of interchangeable modular components. The user must be able to accomplish the installation without a service representative and the equipment must operate to specifications when the installation is complete. Component #3 - Safety Enclosure 1. The goniometer shall be in a safety enclosure equipped with safety interlocks. The system shall follow the safety regulations established by the US Federal Government Federal (OSHA 29CFR1910) and the State of Maryland (COMAR 26.12.01.01 Part H - radiation safety requirements for analytical X-ray equipment). The interlock system shall have redundant, fail-safe circuitry. Warning lamps for ?X-ray On? shall be included on the front of the enclosure; 2. The enclosure shall allow high visibility and accessibility of the goniometer through tempered leaded glass windows, with an opening at least 120 cm wide and 100 cm high. Component #4 - X-Ray Optics 1. The system shall allow for simple (user accomplishable without a service representative), accurate (system shall function to specification), and rapid (less than 30 minutes) conversion from Bragg-Brentano to parallel beam geometry, including the insertion and removal of optics in the incident and diffracted beam, and insertion and removal of the monochromator. These changes shall not affect the system alignment and must be able to be accomplished by the user; 2. The following shall be provided: a. Graded index multilayer parabolic focusing mirror (Goebel mirror) for Cu radiation; b. Bent graphite diffracted beam monochromator for Cu K alpha radiation; c. Ni filter for reducing transmission of Cu Kbeta radiation; d. Cu absorber (0.1 mm thick foil) for Cu radiation; e. Parallel soller slit attachment with an acceptance angle of 0.35 degrees or smaller for mounting in the diffracted beam path; f. Set of fixed divergence/antiscatter slits (0.1mm to 0.6mm and Soller slit); g. Fixed antiscatter slit assembly; h. Fixed divergence slit assembly; i. Necessary spacers for the correct mounting of all the components listed above. Component #5 - Detectors The system shall have two detectors that can be easily interchanged (less than 30 minutes) by the user. The two detectors are as follows: (1) A dynamic scintillation detector (NaI type); and (2) A high speed detector, capable of increasing the speed of data collection by a factor of at least 50 with no degradation in resolution compared to the scintillation detector. Component #6 - Sample Stage 1. The system shall have a Eulerian cradle stage with chi and phi rotations, and x, y and z translations; the ranges of motion shall be at least as follows: (1) x: plus or minus 40 mm; (2) y: plus or minus 40 mm; (3) z: total range 2 mm; (4) chi:-10 degrees to 95 degrees; (5) phi unlimited; 2. All the rotations and translations of the Eulerian cradle shall be motorized and programmable using the system software; 3. The stage shall utilize a high-precision Z-positioning mechanism (sample displacements of 20 micrometers or less) and shall accommodate a wide range of samples, including powders, bulk samples, and thin films. Component #7 - Heat Exchanger The system shall have a mechanically refrigerated heat exchanger with a single pump and cooling water supply that controls the temperature of the system according to the system requirements. It shall include drain hoses and all connections from heat exchanger to generator and X-ray tube. Component #8 ? Software 1. Operating system shall be Microsoft?Windows XP. Brand name only is required as Microsoft Windows XP is utilized in NIST?s existing systems, Security and otherwise. No other software will be compatible; 2. Software shall: a. Completely control the diffractometer, and shall allow PC controlled alignment of the goniometer; b. Allow on-line selection of the instrument control parameters; c. Have on-line display of goniometer status; d. Allow real-time display of measured data; e. Allow extensive data evaluation and presentation, and allow data smoothing and background subtraction; f. Allow peak search and creation of d/l files, K alpha2 stripping, overlay of multiple patterns, 3-dimensional presentations and fully automated quantitative analysis; g. Include qualitative phase analysis search/match with the ICDD database (user supplied). Shall allow creation and searching of user generated databases, and shall complete a PDF search in less than 10 seconds; h. Allow data to be output into other binary formats including ASCII to allow import into MDI Jade software. The output from any analysis software provided shall be compatible with commercial spreadsheet, word processing and presentation software such as MS Office or Open Office. 3. Computer System Security: a. The computer system shall be configurable to allow multiple user logins, each requiring a password and shall be capable of connecting to a LAN and joining an MS Windows NT domain or Active Directory; b. Software supplied by the contractor shall operate properly when anti-virus software is installed and operational; c. Software supplied by the contractor shall operate properly when a password protected screen saver is enabled; d. Software supplied by the contractor shall function properly in all aspects under ANY standard user login and shall not require administrative privileges to function properly. Component #9 ? Required Documentation: All system manuals for hardware and software shall be provided. Component #10 - Upgrade Capability: The system shall be upgradeable to include the capability for microdiffraction analysis. This includes: (1) Beam optics to provide beam spot sizes from 100 micrometers to 50 micrometers in diameter or less; (2) An optical microscope-based system for sample positioning and alignment for accurate X, Y, Z positioning of the required analysis point on the specimen and recording of the image. Image resolution and positioning accuracy of 10 micrometers or less. An automated system for adjusting Z to bring the sample to the correct position for analysis at each user selected point. Must work with eulerian cradle stage on system; (3) An area detector for collection and imaging of Debye rings and software that provides automated integration to convert data to typical intensity/2theta representations. The detector shall have a resolution of at least 0.2 degrees 2 theta. LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn key start-up, demonstration of specifications, and removal of all trash. A field service engineer must complete the installation The vendor shall demonstrate correct operation of all functions of the diffractometer system before it is accepted. These functions include, but are not restricted to, the cooling water system, safety circuits, power supply operation, goniometer accuracy and repeatability, alignment of X-ray optics, specimen alignment tools and the operation of the detectors, as described below. a. Must demonstrate detector resolution using NIST SRM 660a. Resolution, defined as peak FWHM, must be 0.05 degrees 2theta or better for low angle peaks (less than 40degrees 2theta and 0.15 degrees 2theta or better throughout the full angular range. b. A scan of a quartz specimen using the scintillation detector must give a peak at 2-Theta equals 26.64 degrees, plus or minus 0.015, with intensity greater than 6000 cts/s using a 0.1 mm detector slit, with the tube set at 40kV 30 ma. Prior to installation, the Contractor shall provide written guidance on the electrical, space and environmental requirements of the system. NOTE: The equipment must be brought through a 36 inch wide door. LINE ITEM 0003: TRAINING. (1) The Contractor shall schedule and facilitate a training session for two (2) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. This training may be completed immediately following installation and demonstration of specifications. (2) The vendor shall provide individualized training on the system to two NIST personnel, either at NIST or at some mutually convenient location. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. A 48 hour response time is required for service calls. Warranty service outside of normal working hours is not required. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the discretion of the Government. OPTION LINE ITEM 0001: Beam optics to provide beam spot sizes between 1 mm and 100 micrometers, and 50 micrometers in diameter or less; OPTION LINE ITEM 0002: An optical microscope-based system for sample positioning and alignment for accurate X, Y, Z positioning of the required analysis point on the specimen and recording of the image. Image resolution and positioning accuracy of 10 micrometers or less. An automated system for adjusting Z to bring the sample to the correct position for analysis at each user selected point. Must work with eulerian cradle stage on system; OPTION LINE ITEM 0003: An area detector for collection and imaging of Debye rings and software that provides automated integration to convert data to typical intensity/2theta representations. The detector shall have a resolution of at least 0.2 degrees 2 theta; OPTION LINE ITEM 0004: Advanced analysis software for crystallographic analysis and Rietveld refinement/profile fitting. OPTION LINE ITEM 0005: One Year Service Contract. The service contract shall include all parts and labor. Service shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Service must be provided Monday through Friday during normal working hours. A 48 hour response time is required for service calls. Service calls outside of normal working hours are not required. Delivery, installation, and training shall be completed in accordance with the Contractor?s commercial schedule. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, 3) Past Experience, and 3) Price. Technical Capability, Past Performance, and Past Experience, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Past Experience shall be evaluated to determine the extent of the Contractor?s experience in providing similar systems. The Contractor shall describe their experience in manufacturing, assembling and providing similar systems, explain how their experience is relevant to providing the equipment listed herein, and how their experience will ensure successful completion of the project. The Contractor shall provide documentation which demonstrates they have provided the proposed equipment to at least three (3) customers. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (25) 52.225-5 Trade Agreements; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm 52.217-7 Option for Increased Quantity-Separately Priced Line Item. All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) Documentation of Past Experience; 4) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; and 5) A description of commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Friday, June 23, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: Contractor's Site
- Record
- SN01066643-W 20060611/060609220333 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |