Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

66 -- The National Institute of Standards and Technology (NIST) has a requirement for (1) Park Systems XE-150 Atomic Force Microscope (AFM) System or EQUIVALENT to be used in Materials Science and Engineering Division at NIST, Gaithersburg, MD.

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
425110 — Business to Business Electronic Markets
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0435
 
Archive Date
8/27/2009
 
Point of Contact
Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
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 13.5 Test Program for Certain Commercial Items. *** ***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 (FAC) 2005-34. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 425110 with a small business size standard of 100 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for (1) Park Systems XE-150 Atomic Force Microscope (AFM) System or EQUIVALENT to be used in Materials Science and Engineering Division at NIST, Gaithersburg, MD. *** ***Line item 0001 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 characteristics of products that will be considered satisfactory to meet the agency’s needs. This Brand Name or Equal Requirement shall meet the Salient Characteristics of the Park Systems XE-150 Atomic Force Microscope (AFM) System. ***All interested Offerors shall provide a quote for the following line item(s): Item 0001 Quantity one (1) Park Systems XE-150 Atomic Force Microscope (AFM) System or EQUIVALENT. Contractor shall meet or exceed the following Salient Characteristics: 1)Flexure-type scanners (for decoupled z-scanner and xy-scanners): The decoupling of the z-scanner from the xy-scanner will remove background curvature and non-linearity that are intrinsic to standard piezoelectric tube scanners. The z and xy scanners must include independent closed loop sensors for all three axes. The scan range of the z and xy scanners should be at least 12 m and 100 m, respectively (with the ability to increase the z scanner limit to 25 m). 2)Motorized large sample xy stage: The stage should support large samples, with sizes of up to 150 mm in diameter and 15 mm in thickness, using a vacuum chuck. The stage should also be motorized for up to 150 mm of travel in both the x and y directions (full travel over entire sample with a step resolution of 0.5 m). The xy scanner out-of-plane motion must be less than +/−2 nm over the entire scan range without software correction (except for sample tilt correction). 3)Infrared superluminescent diode laser to detect cantilever deflection: The AFM head should use an infrared superluminescent diode laser to detect the cantilever deflection to eliminate optical interference noise and enable experiments that utilize light in the visible region (fluorescence microscopy). 4)Contact, intermittent contact, and phase imaging 5)True non-contact imaging: In intermittent contact mode, the cantilever extends into the repulsive force (contact) region, sporadically touching the surface. The tip-sample contact eventually damages both the tip (increasing the tip radius and limiting the spatial resolution) and sample (particularly with soft materials). In contrast, with non-contact mode, the tip only interacts with the surface via long-range surface forces, which removes the requirement for surface contact and permits atomic-scale resolution without damaging the tip or substrate. The system must enable true non-contact imaging. 6)Force-distance spectroscopy, lateral force microscopy, and force modulation imaging 7)Conducting probe force microscopy: The conductive module should allow for a wide voltage (− 10 V to 10 V) and current (10 nA to 10 mA) range by means of variable gain control. This will provide the ability to probe the current-voltage characteristics of both metals and insulators. 8)Electrostatic force and Kelvin probe force microscopy 9)Scanning tunneling microscopy 10)Nanolithography and nanomanipulation: The nanolithography module should be able to pattern a surface along a prescribed path using an applied load (scratching) or voltage (anodic oxidation). The module could also be used to manipulate nano-scale objects, such as gold nanoparticles. 11)Nanoindentation: The system must include an adaptor to interface with the Hysitron Triboscope nanoindenter. 12)Temperature control stage (active heating and cooling): The temperature control stage must be able to control the temperature from 0° C to 150° C with a temperature control resolution 0.1 °C (active heating and cooling). 13)Open and closed liquid cell stages (active heating and cooling): The cells must be able to control the temperature from 0° C to 100° C with a temperature control resolution 0.1 °C (active heating and cooling), permit gas and liquid to enter and exit the cell, and allow for electrochemistry experiments. The cells should also be chemically resistive to acids and bases and compatible with biological samples. 14)Thermal method spring constant calibration 15)Acoustic enclosure with vibration isolation table 16)Cantilever holders: There shall be three cantilever holders with the system. In addition, the user shall be able to remove/replace the cantilever holder without removing the AFM head. 17)System computer with dual monitors; operating system: Microsoft Windows XP 18)AFM analysis software: The analysis software shall include grain analysis, tip characterization tools (tip size estimation and tip deconvolution), fractal analysis, and two-image mathematical operations (such as numerical subtractions between two images to check the differences). 19)Signal access module: The system must provide a means to access all of the analog input and output signals from the control electronics. LINE ITEM 0002: INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. LINE ITEM 0003: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Relevant Experience, and 4) Price. Technical Capability, Past Performance, and Relevant Experience, when combined, are more important than Price. Award shall be made on a best value basis. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance Should be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. Relevant Experience shall be evaluated to determine the extent of the Contractor's experience and knowledge in providing similar Atomic Force Microscope Systems. Evaluation of relevant performance may be based on contracts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. 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 any 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. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Inspection and Acceptance Criteria: 1.Visual and physical check at NIST laboratory for adherence to design specifications. 2.Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready as determined by the contractor, and may be witnessed by the contractor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.203-6 Restrictions on Subcontractor Sales to the Government b.52.219-8 Utilization of Small Business Concerns c.52.219-14 Limitations on Subcontracting d.52.219-28 Post Award Small Business Program Representation e.52.222-3 Convict Labor f.52.222-19 Child Labor – Cooperation With Authorities And Remedies g.52.222-21 Prohibition of Segregated Facilities h.52.222-26 Equal Opportunity i.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans j.52.222-36 Affirmative Action for Workers with Disabilities k.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans l.52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees m.52.225-5 Trade Agreements n.52.225-13 Restriction on Certain Foreign Purchases, and o.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. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item; 6) Please include FOB cost in quote;7) A list of 3 references: Name of the reference contact person, the company, telephone number of the reference contact person.*** FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. *** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** 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. ***Submission shall be received not later than 1:00 p.m. local time on August 12, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Building, room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) @ janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0435/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20720, United States
Zip Code: 20720
 
Record
SN01890408-W 20090730/090729000512-13d2703bdbc8241cbfbe387d20d6501a (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 |
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.