SOLICITATION NOTICE
66 -- Polarization Modulation Infrared Reflectance Absorbance Spectrometer
- Notice Date
- 7/23/2007
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0349
- Response Due
- 8/1/2007
- Archive Date
- 8/16/2007
- 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. 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 unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST), Polymers Division, requires a polarization modulation infrared reflection absorbance spectroscopy (PMIRRAS) stand-alone system. The system shall provide infrared spectroscopic data collection from thin (sub 100 nm) polymer films on silicon substrates as time-resolved spectra with low noise level, scan speed, and wave numbers ranges as specified below. The PMIRRAS module must integrate an existing accessory and expansion capabilities must be met. Additionally, the reflectance capabilities must provide continuous change in reflectance angle without realignment. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. All interested quoters shall provide a quote for the following line items. LINE ITEM 0001: Quantity one (1) each Polarization Modulation Infrared Reflectance Absorbance Spectrometer, manufactured by ThermoElectron, or equivalent. The system must consist of the following components, or equivalent, and meet all of the salient characteristics and general requirements identified herein. Qty. ThermoElectron Description Part Number 1 912A0533 Nicolet 6700 Optical Spectrometer Mainframe 1 699-082100 Nicolet X700 English Language Kit 1 470-228600 Vectra Plus Gold Interferometer 1 840-150700 KBr Beamsplitter 1 470-228300 X700 Gold Single Detector Optics (Front Position) 1 840-072000 Sealed and Desiccated Purge for Optical Bench 1 840-069800 DLa Detector with KBr window (12,500-350 cm-1) 1 470-101600 ETC Ever-Glo Mid-IR/Far-IR source (ETC Everglo) 1 470-229800 Nicolet 6700 ETC Source Gold Mirror Assembly 1 833-019002 Standard OMNIC Professional 7 Instrument Software 1 834-036305 Nicolet 6700 Driver and Help 7 1 085-703800 Power Cord North American 120v, 3 Conductor 1 470-238100 X700 Gold Dual Passport Mirror Assembly 1 840-074700 Dual Channel Electronics Option for Nicolet 6700 1 834-036602 OMNIC Dual Channel PEM Experiments OMNIC 7 1 840-165100 Tabletop Optical Module (TOM) Mainframe (right-side configuration) 1 699-089700 TOM English Language Kit 1 222-205100 PM-IRRAS Sample Kit 1 699-063400 SSD 100 Demodulator for PMM-IRRAS and VLD 1 470-261400 PM-IRRAS vertical sample holder SALIENT CHARACTERISTICS 1. Must have real-time demodulation electronics with simultaneous collection of sum (Is plus Ip polarized waves) and differential (Is minus Ip polarized waves) interferograms, where Is is the s-polarized wave and Ip is the p-polarized wave; 2.The demodulating and recording shall have simultaneous output for kinetics experiments; 3. Must be able to collect normalized (by bare substrate) time dependant PMIRRAS spectral data; 4. Must collect spectral data covering reflectance angles from 33-90 degrees without realignment; 5. Must employ an active dynamic alignment system for optimal system performance and maintenance of accurate line shapes; 6. Shall employ automatic interferometer alignment necessary for system optimization under complete computer control; 7. Must include a vertical sample holder for 3 inch diameter silicon wafers; 8.The polarization modulation hardware shall operate as an external module to the FTIR spectrometer; 9. 0.125 cm-1 optical resolution with a dynamically aligned interferometer; 10. Minimum spectral Range of 375 to 7,870 cm-1. GENERAL REQUIREMENTS. In addition to the salient characteristics listed above, the system must also satisfy all of the following General Requirements. Computer Interface 1. The PMIRRAS shall operate within 32-bit software Windows XP Professional as required by NIST IT security and compatibility with existing instruments; 2. Provide spectrometer analysis, associated high resolution spectral libraries, and controlling software; 3. Provide a Workstation, Dell OptiPlex GX620 or equivalent running Intel Pentium 4 Processor (3.6 GHz, 800MHz FSB) or equivalent running Windows XP Professional, 1.0 GB DDR2 RAM, 160 GB SATA Hard Drive, 16X DVD +/-RW Drive, 48X CD-ROM, Minimum of Eight (8) USB Ports, One 9-Pin Serial Port, One Parallel Port, 20 inch Flat Panel LCD Monitor. Existing Accessory Compatibility The PMIRRAS System shall utilize NIST?s existing accessory, a Standard Sample Heater Upgrade for IR-VASE, manufactured by J.A. Woollam. This accessory allows samples to be measured at elevated temperatures. Specifically, room temperature up to 300 degrees C. Accessory measures 7 ? inches high x 3 1/8 inches depth x 6 inches wide. Reference http://www.jawoollam.com/Sample_heater.html for more information This accessory is controlled independently by J.A. Woollam software and controller, which is operated independently of the PMIRRAS software. Expanded Capabilities 1. Instrument module shall have expanded capabilities to accommodate 8 inch diameter silicon wafers; 2. Capabilities of a range of wafer sizes (3 inches to 8 inches in diameter) with automated wafer handling shall be feasible without redesign of the PMIRRAS instrument or module; 3. Capability of spectral ranges covering mid-IR, far-IR, near-IR and UV-Visible (10 to 30,000 cm-1). Warranty The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel cost shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipment to and from NIST, shall be the responsibility of the Contractor. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation, adjustment, or maintenance of the equipment. Qualified personnel must complete the installation. NIST?s existing J.A. Woolam accessory shall be sample mounted vertically within the purge chamber of the PMIRRAS module and therefore permit the power cord and vacuum line outlet to the external controller. The Contractor shall not be responsible for implementing the J.A. Woollam accessory software into PMIRRAS software. The Contractor shall run tests on NIST provided samples identical to those specified under REQUIRED SUBMISSIONS?3. Submission of test data. Installation shall be considered complete upon successful completion of the tests with the J.A. Woollam sample heater accessory installed. LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate a training session for four (4) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation, basic troubleshooting and a demonstration of the mount and alignment procedures of the Woollam accessory within the PMIRRAS module. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation. DELIVERY Delivery, installation, and training shall be completed not later than 60 days from the date of award. INSPECTION AND ACCEPTANCE Final acceptance shall be granted and payment shall be authorized upon successful completion of delivery, installation, and training. 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. EVALUATION OF QUOTATIONS 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: Technical Capability factor: Meeting or Exceeding the Requirement; Past Performance, and Price. Technical Capability, and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Product literature shall be evaluated to verify that the instrument proposed meets or exceeds the salient characteristics specified herein and that the proposed equipment meets the needs of the Government in the same manner as the brand name. 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. SAMPLE TESTING After evaluation of product literature, NIST reserves the right to require quoters perform sample testing to further validate the specifications in the product literature. If required, NIST shall provide quoters with samples. Samples shall be required to be returned with the test data. Test samples will be forwarded to quoters by NIST, at NIST?s expense. Quoters shall be given approximately one week to complete sample testing and return test data. Tests must be performed using a piece of equipment with specifications identical to that proposed in the Contractor?s quotation. Test data shall be evaluated and utilized to further validate the specifications in the product literature. PROVISIONS AND CLAUSES 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; 52.211-6 Brand Name or Equal; 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: (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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act; (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. 52.245-1, Government Property; 1352.245-70 GOVERNMENT FURNISHED PROPERTY (MAR 2000) The Government will provide the following item of Government property to the Contractor for use in the performance of this Contract. This property shall be used and maintained by the Contractor in accordance with provisions of the Government Property clause included in this contract. Item: Standard Sample Heater Upgrade for IR-VASE, manufactured by J.A. Woollam Quantity: 1 Value: $12,450.00; 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. REQUIRED SUBMISSIONS 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. 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 salient characteristics and the general requirements stated herein. It is the responsibility of the quoter to ensure that all salient characteristics and general requirements are clearly documented; 3) Submission of Test Data: If required, test data shall be required for the following sample measurements: 1.Two (2) poly(MAdMA-co-GBLMA) thin films on 3 inch diameter silicon wafers shall be measured by a PMIRRAS covering the spectra range of 1000 to 4000 cm-1 and demonstrating spectra reproducibility and variability of less than 0.2 cm-1; 2.Demonstration of kinetics scans (in 1 second intervals) over one minute duration on two (2) poly(MAdMA-co-GBLMA) thin films on 3 inch diameter silicon wafers to demonstrate signal-to-noise at a resolution of 4 cm-1; 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; 5) A description of commercial warranty and; 6) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/ Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Wednesday, August 1, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01349245-W 20070725/070723220330 (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 |