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 -- Atomic Force Microscope

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0408
 
Archive Date
8/25/2009
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
andrea.parekh@nist.gov, todd.hill@nist.gov
(andrea.parekh@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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 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 (FAC) 2005-33 (effective 15 July 2009).*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase an Atomic Force Microscope. ****All interested Contractor’s shall provide a quote for the following: Line Item 0001: Quantity One (1) atomic force microscope. The system must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must consist of all the following components. Atomic Force Microscope: 1) The microscope must be capable of the following scanning modes, each of which requires at minimum that the signals noted in the corresponding parentheses be recordable simultaneously. Each of these signals must be recorded in both trace and retrace scan directions. Here, auxiliary signals refer to external inputs that are independent of the microscope: a)contact (lateral force, topography, deflection*, feedback error, one auxiliary) b)dynamic (topography, amplitude, phase, frequency shift, one auxiliary) c)force vs. displacement (deflection, lateral, two auxiliary) d)conductive (current, voltage, deflection, lateral, topography) e)thermal (current, voltage, deflection, lateral, topography) Modes (d) and (e) are option line items. See option line items 0002 and 0003. *Note: The deflection signal is the true cantilever deflection and not the error signal, difference between deflection and setpoint, nor the sum of height and error signals. 2) The X-Y scan range must be at least 30W30 µm2. The Z scan range must be at least 5 µm. 3) The microscope must utilize a closed-loop X-Y scanner that is capable of achieving stable, closed-loop scan speeds of greater than 1 mm/s at 512 pixels per line. This X-Y scanner must not be a tube-scanner. 4) The scanner must move the sample along all axes with the cantilever/tip fixed in the lab frame, and the tip-sample mechanical loop must not include the optical lever (i.e., laser optics components). This means that coarse actuation of the optics (during approach) must be completely decoupled from the tip-sample actuation. A design with motion along all axes performed at the sample enables the use of tip-enhanced Raman spectroscopy (TERS) which is to be installed on this system at a later date (and in a separate solicitation). 5) The user must be protected from accidental eye exposure to the laser during tip exchange. 6) The microscope must have closed-loop Z-actuation and be capable of closed-loop atomic-scale resolution with an X-Y-Z sensor noise of less than 60 pm average deviation for a bandwidth of 0.1 Hz to 1 kHz. 7) The microscope must achieve atomic-scale resolution in air and liquid in a dynamic (AC) mode. 8) The microscope must have a sensing bandwidth of at least 5 MHz. 9) The alignment system must include a top view digital camera that can focus on the cantilever or sample surface. The camera must be modular (i.e., easily removed/exchanged e.g. for top-down Raman spectroscopy). The camera must consist of an objective lens with diffraction-limited spatial resolution. 10) The microscope must be upgradeable to permit environmental control (e.g., temperature, fluid or gas flow, and relative humidity) in a volume containing the tip-sample interface. This must include the ability to immerse the sample in a fluid (droplet or cell). The quoter shall quote the upgrade as an option line item. See option line item 0004. 11) The microscope must be configured to measure relative humidity at a location no farther than 2 cm away from the sample. 12) The sample platform must accommodate samples of 1 cm diameter or larger. 13) The microscope must be able to move the sample coarsely with millimeter motorized motion to different locations on the sample. 14) A laser spot size of 3 µm width (along the cantilever’s short axis) must be achievable using a separate laser diode/collimator module. If Gaussian, the spot size is defined by the radius where the intensity has dropped to 1/e2 of the intensity on the beam axis. If not Gaussian, the spot size definition is given by ISO 11146:1999. 15) The microscope must permit adjusting and centering the quadrant photodetector in both the normal and lateral directions via motorized control. 16) The cantilever holder must permit at least three electrical leads to be connected to the cantilever. 17) The sample holder must accommodate at least two electrical leads. 18) In conductive mode, the microscope must be capable of measuring electrical currents in the tens of microamps. Electronics: 19) The electronics must provide the user with integrated external access to all input and output signals (e.g., via front- or rear-panel BNC connections). 20) The electronics must include digitally-controlled switches for user-defined signal routing. 21) The sensor gains must be adjustable by the user. Acoustic, Thermal and Vibration Isolation: 22) The microscope must reside inside a thermally-and acoustically-isolated enclosure. 23) The microscope enclosure must be actively temperature-controlled to within plus or minus 0.1 degree C. 24) The microscope must rest on a vibration-damped platform. The damping and isolation enclosure must be sufficient for achieving open- and closed-loop atomic-scale resolution, i.e., no additional vibration tables should be necessary. Data Acquisition, Software and Computer: 25) The data acquisition system must be capable of recording individual image sizes of 8000x8000 pixels2 or greater. 26) Control and analysis must be user-programmable natively in an entirely open-source software programming language. 27) The user must be able to program the software to move to user-defined locations on the sample from one image to the next, and the properties of each image (including the scan size, scan speed and setpoint values) must be variable from one image to the next. 28) The software must come with upgrades for a period of at least 5 years, at no additional charge to the Government. 29) The user must have the ability to center the photodetector physically with respect to the laser spot via software controls. 30) The user must be able to perform coarse motion via software controls with the camera view on. 31) The user must be able to define the graphical user interface layout completely and to drag, enlarge/minimize, and define all imaging windows. 32) During acquisition, the user must be able to view all recorded channels simultaneously. 33) The user must be able to perform data analysis while the microscope is imaging. The user must be able to perform data analysis and monitor the imaging process with realtime imaging in clear view simultaneously. 34) The microscope must come with a computer that meets the minimum requirements for operating all of the features of the microscope. 35) The computer operating system must be XP. The computer must accept updates and upgrades installed via a server. OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items. Price quoted shall be effective for a period of one (1) year from the date of award. Award of option line items is solely at the discretion of the Government. The option line items may be exercised at time of award. (Option) Line Item 0002: Quantity One (1) Conductive (current, voltage, deflection, lateral, topography). All specifications are as defined in Line Item 0001, specification # 1. (Option) Line Item 0003: Quantity One (1) Thermal (current, voltage, deflection, lateral, topography) All specifications are as defined in Line Item 0001, specification # 1. (Option) Line Item 0004: Quantity One (1) Upgrade to permit environmental control (e.g., temperature, fluid or gas flow, and relative humidity) in a volume containing the tip-sample interface. This must include the ability to immerse the sample in a fluid (droplet or cell). Specification # 10, listed above. Installation and Training: The Contractor shall provide installation for the atomic force microscope. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the microscope, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and conduct one (1) training session for two (2) technical personnel at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. ***The Contractor shall provide a minimum one (1) year warranty on all components including on-site repair. All costs including parts, labor, travel, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 120 days after receipt of an order. Delivery 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, 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) Experience and 4) Price. Technical capability, past performance, and experience, when combined, shall be approximately equal to price. If Technical Capability, Past Performance, and Experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided. Experience The Contractor shall describe their experience performing similar work; explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. NIST will evaluate the extent of the offeror’s experience providing similar equipment and will consider the relevance of the offeror’s experience to the current requirement. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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: 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 Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it’s offer); (7) 52.219-8, Utilization of Small Business Concerns; (11) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its’ offer); (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (30) 52.225-5, Trade Agreements (NOV 2006); (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-5, Evaluation of Options; 52.217-7 Option for Increased Quantity—Separately Priced Line Item. The Government may require the delivery of the line item 0002-0004, identified in the Schedule as an option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day prior to the expiration of the option line item. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 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. *** 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:00 PM local time, on August 10, 2009, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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, bldg., 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-US 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0408/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mailstop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01890784-W 20090730/090729000946-83cc59c1108b2aa3b4a5e97e5bf1d58f (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.