SOLICITATION NOTICE
66 -- Atomic Force Microscope
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
- ZIP Code
- 25430
- Solicitation Number
- AG349BS09AD68
- Archive Date
- 9/15/2009
- Point of Contact
- TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
- E-Mail Address
-
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- 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) 2005-36. 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 a total small business set-aside. A. The United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory has a requirement for an Atomic Force Microscope for use in scientific research of soil, natural organic matter, and plant studies. All interested Contractor’s are invited to respond with a quotation package in accordance with 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 Atomic Force Microscopy (AFM) must meet the following minimum specifications: Performance: Must be able to visualize particles with sizes ranging from 1 nm to 10 micro on glass, graphite or Mica. AFM Modes and Options: - Must be able to perform Contact, Non-Contact, and Tapping Mode AFM in air and liquid without changing and removing the scan head and the scanner; - Must be able to perform with “Constant force mode” and “constant height mode.” Microscope: -Noise Floor, Z (open loop) <0.05 nm rms; -Closed-loop XY noise <1.5 nm rms @ 1kHz; -Z-linearizer noise <0.25 nm rms @ 625 Hz; -Open-loop XY drift <1 nm/min; -Closed-loop XY drift <3 nm/min; -Must have a non-vertical beam bounce laser scheme for open optical access. AFM Stage: - Must accept sample sizes up to 50 mm by 50 mm and 18 mm height; - Must have motorized Z-axis stage with pitch and tilt corrections. Operation: - Must have pre-mounted and pre-aligned cantilevers for easy, rapid probe exchange; - Must use mechanic clip for probe mounting; - Must be able to change cantilevers or samples without removing scan head. Imaging: - Capable of both height and phase images; - Capable of two- and three-dimensional images of soil or organic matter particles that must be visible in different colors. Controller Electronics: - Must have 20-bit digital-to-analog converters for scan control in X, Y and Z; - Must have ultra-low noise high voltage amplifier (0.4 mV over 400V scan), Controller-Computer connection via industry standard USB2; - Must have two independent software controlled lock-in amplifiers with separate amplitude and phase outputs; - Must have 8 dedicated 100 kHz 16-bit A/D converter. Computer: -The computer operating system must be Windows-XP; -DVD +/- Reader/Writer; -Video graphics board with Dual PC Monitor Support; -Video capture capability for onscreen display of microscope camera. Data Acquisition Software: - Capable of displaying at least 16 imaging windows; - Must have generalized multi-channel spectroscopy capability; - Must have generalized multi-meter signal display capability; - Must be able to sweep frequency in both directions in AutoTune; - Must have Phase adjustment capability in Phase Imaging for maximum sensitivity (to set the Phase to ‘zero’ at the operating point); - Capable of displaying external signals as images or spectroscopy data. Installation and Training: The Contractor shall provide onsite 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, and demonstration that AFM meets all required specifications. The contractor shall schedule and conduct one (1) training session for two (2) technical personnel. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed immediately after installation and demonstration of performance specifications, but not later than 30 days after installation. Warranty: 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 for repair will be borne solely by the contractor at no additional cost to the U.S. Government. Optional Line Item 0002: Service Contract, this line item is an optional line item and the Contractor shall provide pricing for this line item. The price quoted for this line item shall be effective for a period of one year from the date the warranty commences. The Government may exercise this option line item at its discretion at any time during the one 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 commercial warranty. The terms of the service contract shall be identical to the terms of the initial warranty period. (One (1) year Service Contract on all components including on-site repair. All costs including parts, labor, travel, and other expenses necessary for repair will be borne solely by the contractor at no additional cost to the U.S. Government.) B. Delivery shall be provided not later than 120 days after receipt of an order. Delivery shall be FOB Destination. The contractor shall deliver all line items FOB Destination to the United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory, University of Maine, Orono, ME 04469-5753 within 120 days after award. C. 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) Price. Technical capability and past performance, when combined, are approximately equal to price. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Information provided will be evaluated as to whether the offeror has demonstrated that its proposed equipment meets or exceeds all specifications. Quoters shall include product literature and specifically address all specifications to clearly document 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 specification, a determination will be made that 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. Offerors should provide a list of 3 references with contact information to whom the same or similar equipment has been provided. * Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. D. Provisions and Clauses: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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. *** Offerors must be registered in the Central Contractor Registration database via the internet at http://www.ccr.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database at time specified for award, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov (Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.) 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; (8) 52.219-6, Notice of Total Small Business Set-Aside; (10) 52.219-8, Utilization of Small Business Concerns; (12) 52.219-14, Limitations on Subcontracting; (18) 52.219-28, Post Award Small Business Program Rerepresentation; (19) 52.222-3, Convict Labor; (20) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52-222-26, Equal Opportunity; (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds; (32) (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act; (34) 52.225-13 Restriction on Certain Foreign Purchases; (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (40) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration; (41) 52.232-36, Payment by Third Party. 52.217-5 -- Evaluation of Options E. All quoters must submit the following: 1) An original and one (1) copy of a quotation which specifically addresses each of the required specifications to include warranty, installation and training requirements; 2) An original and one (1) copy of the technical description and product literature; 3) Description of commercial warranty; 4) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, (5). Confirmation of registration in CCR and ORCA in accordance with Item D. F. All quotes shall be received not later than 3:00 PM local time, on August 31, 2009, at the USDA-ARS, 2217 Wiltshire Road, Kearneysville, WV 25430, Attention: Timothy Smearman. Questions regarding this solicitation must be forwarded in writing via e-mail to tim.smearman@ars.usda.gov. Telephone inquires, E-mailed quotes and Faxed quotes will NOT be accepted. An award is contemplated on or about September 4, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS09AD68/listing.html)
- Place of Performance
- Address: United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory, University of Maine, Orono, ME 04469-5753, Orono, Maine, 04469, United States
- Zip Code: 04469
- Zip Code: 04469
- Record
- SN01920717-W 20090822/090821002033-33797c050b0498c4240e88c9b3e7b4f4 (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 |