SOLICITATION NOTICE
66 -- Multi-Probe Atomic Force Microscopy System
- Notice Date
- 8/17/2009
- 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-0560
- Archive Date
- 9/12/2009
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@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 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 2005-36, effective August 15, 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 acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST), Biophysics Group develops advanced spectroscopies, microscopies, nano-optical probes, and imaging technologies and associated theoretical models to solve important biophysics and bionanotechnology measurement science problems in the areas of biomolecular and cellular structure, function, interactions, and dynamics in support of the measurement and standards needs of the health care, biotechnology, and drug industries. The subject of this procurement is a multi-probe atomic force microscopy system, hereafter, referred to as a probe system. The probe system will be integrated with a Renishaw Invia Raman Spectrometer for the purpose of collecting atomic force microscopy (AFM) measurements with tip-enhanced Raman imaging. The data gathered must contain both topographical and vibrational information. The integration with existing technology will also enable nanoscale, high-spatial-resolution, Raman imaging and tip-enhanced Raman measurements. Presently, NIST is limited in resolution and detection sensitivity, and needs to increase capabilities to further mission work and respond to national initiatives such as Nano EHS and Solar. 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. LINE ITEM 0001: Quantity one (1) each Multi-Probe Atomic Force Microscopy System, Nanonics Imaging Ltd. MultiView 4000, or equivalent. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must include all of the following components, or equivalent, and meet all of the salient characteristics identified herein. Qty 1 each MultiView 4000 SPM/NSOM/Confocal Multi-Probe and Sample Scanning Scan Head Assembly (one probe); Qty 1 each Nanonics Integra Electronic Control System; Qty 1 each Tip/Sample Scanning Controller; Qty 1 each MV4000 Interface Plate (two probe); Qty 1 each Acoustic Hood; Qty 1 each Renishaw Raman Software Module; Qty 1 each Advanced Raman AFM/TERS/NSOM Integration Package; Qty 1 each External Beam Module; Qty 1 each Tip Contract for MultiView 4000; Qty 10 each Cantilever Probes; Qty 1 each Installation and Training. SALIENT CHARACTERISTICS General Requirements (a) The system must be compatible with and must directly integrate with a Renishaw Raman Spectrometer, Model Invia, both hardware and software. NIST must be able to perform stand alone Raman measurements on the Renishaw spectrometer independent of the new scanning probe station; (b) The probe system must operate in an “upright reflection” mode in addition to a “transmission or inverted” mode. The optical objective must be able to fully operate directly above, in direct 180° backscatter mode, the cantilever probe. This same optical objective must be used for laser excitation and collection of Raman scattered light. Therefore the cantilevers themselves must be transparent and/or Raman inactive; (c) The system MUST be expandable to incorporate additional scanning probe stations in the future including expansion to multiprobes for simultaneous collection of resistively, topographical and Raman data; (d) This system MUST be supplied with an acoustic enclosure that provides a controlled environment and shields the sensitive AFM from acoustic vibrations, ambient light, and air currents among other interferences. The present laboratory facility does not provide such controls which are necessary to collect quality data; (e) Ten (10) fully mounted, operational, cantilever probes must be delivered. Reference installation requirements. Multi-Probe (a) Multiple probe scanned probe microscope head with ability to be placed on the stage of upright optical microscopes allowing for a completely free optical axis from the top and the bottom even with an atomic force microscope (AFM) probe in place; (b) Multiple probe capabilities with tip and sample scanning on line with the ability to switch between tip and sample scanning to provide Z range of up to 100 microns; (c) Modular system design providing for upgradability to up to 4 independently operated AFM probes each with its own full atomic force control system; (d) Exposed probe design for nanochemical, nanooptical, nanothermal and nonelectrical measurement; (e) Tuning fork feedback allowing 90o and 180o positioning of multiple probes; (f) Cantilever probe must be transparent and/or Raman inactive. Feedback (a) Ability to use tuning fork based phase feedback combining the advantages of high Q factor tuning forks and soft cantilevers; (b) Phase or amplitude feedback with independent monitoring of the amplitude when phase feedback is employed; (c) Ability to use the tuning fork based probe of nanosensors with the same Atomic Force Microscope/Nearfield Scanning Optical Microscopy (AFM/NSOM)/Confocal head as the one used for cantilevered probes; (d) Ability to employ normal force atomic force feedback without any optical interference. Additional Probe Characteristics (a) Cantilevered optical fiber probes providing normal force sensing with and without near-field optical imaging; (b) Ability to use off-the-shelf AFM type silicon cantilevers with the same head that can use either straight or cantilevered optical fiber probes or nanopipette probes; (c) AC operating mode with cantilevered optical fiber probes, for chemical writing, resistance imaging, thermal imaging and near-field optical imaging and regular AFM sensors; (d) Ability to perform resistance imaging with platinum nanowire glass insulated resistance probes; (e) Ability to work in thermal conductivity mode using non-contact mode; (f) Ability to provide and to employ cantilevered optical fiber probes for deep trench imaging up to 0.5 mm deep. Additional Instrumental Characteristics (a) Rough travel over a range of 6 millimeters with 1 micron step movement using the same and lower case scanning stage, and without the need for additional rough movement stages for sample movement; (b) High resolution scanning with 30 micron maximum scan range in x and y directions as well as 30 microns maximum of z direction; (c) High resolution sample scanning with X, Y and Z of 70 microns; (d) 6 mm of sample rough scanning with the scanning stage using only the piezo crystals with additional rough travel of the probe over a range of 5 millimeters for multiprobe systems; (e) Ability to be controlled using LabView software packages thereby enabling the customer to write customized software modules of choice for specific customer requirements. Raman Chemical Characterization (a) Must be integrated with NIST’s existing micro-Raman spectrometer, Renishaw, Model Invia, using the Invia’s existing Raman excitation laser wavelengths of 514 nm, 633 nm, and 785 nm; (b) Must move the sample pixel by pixel while keeping the plasmonic probe off-axis and moving the probe into and out of contact with the sample and recording spectra at each position of the tip. Other Optical Characteristics Must image in near-field optics with reflection and transmission collection modes. 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 probe system is fully functional, runs independently and collaboratively with NIST’s existing Reinshaw system, and meets all required specifications. The stability of the system must be identified and quantified for 3 hours. The AFM system and the Raman system must be able to perform repeatable and accurate measurements both independently and simultaneously. Ten (10) fully mounted, operational, cantilever probes must be left at NIST after the installation and training are completed. LINE ITEM 0003: TRAINING: The Contractor shall provide training for three (3) NIST personnel at a minimum. Training shall commence immediately upon successful completion of installation and demonstration of specifications. The training session shall include, at a minimum, a demonstration of all equipment functions and equipment operation which will allow NIST personnel to operate the system to its full capabilities, basic troubleshooting, maintenance and tuning operations. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a two year warranty for the equipment. Warranty services shall be performed on-site at NIST Gaithersburg during business hours only. All costs associated with parts, labor and travel shall be included. The Contractor must respond to the NIST Technical Contact via telephone or e-mail not later than 24 hours after a warranty call is placed. The Contractor must arrive on-site at NIST Gaithersburg not later than 4 weeks after the date the call is placed. In the event that an equipment malfunction renders the instrument unusable for a period of 30 days or more, the Government reserves the right to pursue consideration from the Contractor which fairly and equitably protects the mission of the division. LINE ITEM 0005: SERVICE CONTRACT (OPTION LINE ITEM) Line Item 0005 is an option line item. The Contractor shall provide pricing for this line item. The price quoted for Line Item 0005 shall be effective for a period of two year from the date the manufacturer’s warranty commences. The Government may exercise this option line item, at its discretion, at any time during the two year warranty period. The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Contractor’s commercial warranty. The terms of the service contract shall be identical to the terms of the warranty. DELIVERY Delivery, installation and training shall be completed not later than 6 months after receipt of a purchase order. Delivery term shall be FOB Destination. 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. INSPECTION AND ACCEPTANCE CRITERIA Inspection will be done at the NIST facility upon completion of installation. NIST will run scans of silicon samples and graphene on silicon using the Renishaw Raman system, before and after integrating the scanning probe head, noting Raman shift, peak intensity, peak-to-peak intensity ratio (graphene), and peak linewidth. At least two laser lines must be used and proven successful (from 632, 514 or 785 nm). NIST will verify that the Raman signal has been enhanced when the tip is within the probe volume and in the near field of the sample. NIST will test the probe system separate from the Renishaw Invia Raman system ensuring it works to the manufacturer’s specifications. NIST will verify, through testing, that the instrument is capable of collecting and topographically and spectroscopically identifying a single layer of carbon atoms, a graphene layer. A set height of a single layer of graphene must be demonstrated with the AFM imaging, and Raman imaging of better than far field resolution. Finally, NIST will test the resolution of the system to see if a tip-enhanced Raman spectrum and a spatial Raman map with greater resolution, i.e. beyond the diffraction limit of optical measurements, as compared to the Renishaw Raman system alone can be acquired. The inspection will occur on-site at NIST during and after system set-up and installation. FINAL ACCEPTANCE NIST will provide payment in full upon successful completion of delivery, installation, training, demonstration of specifications, all required inspection and acceptance testing, and submission of a proper invoice from the Contractor. Payment terms shall be Net 30 Days. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Past Performance and price shall not be evaluated on quotations determined technically unacceptable in accordance with the Technical Capability evaluation factor. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all salient characteristics identified herein. Past Performance: Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or information provided by NIST and its affiliates. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the salient characteristics stated herein; 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number and e-mail address of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) 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. DUE DATE FOR QUOTATIONS All quotations shall 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. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on August 28, 2009. FAX quotations shall not be accepted. E-mail quotations shall be accepted. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, 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 quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items. 52.217-5, Evaluation of Options; 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: 52.211-6 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: 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-5, Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.217-7 Option for Increased Quantity-Separately Priced Line Item; and 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0560/listing.html)
- Place of Performance
- Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01914437-W 20090819/090818001148-23019a8eb6155aef88d321a1cc2e1304 (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 |