Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

66 -- X-ray microanalysis and imaging system for a FEI Quanta 600 Scanning Electron Microscope (SN D7729).

Notice Date
5/25/2010
 
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
SB1341-10-RQ-0386
 
Archive Date
7/30/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@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. 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) 2005-41. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested quoter's may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a X-ray microanalysis and imaging system for a FEI Quanta 600 Scanning Electron Microscope (SN D7729). This system is comprised of a Windows PC workstation, a high-throughput silicon drift X-ray detector, SEM automation of beam and stage control, image collection, processing and analysis, and quantitative X-ray microanalysis. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, complete X-ray microanalysis and imaging system for a FEI Quanta 600 Scanning Electron Microscope (SN D7729) that shall consist of the following components and shall meet or exceed the minimum specifications as listed for each component of the system: A. Silicon drift detector(s) meeting or exceeding the following minimum required specifications: 1. At least a 30 mm2 detector crystal; 2. MnKa resolution of 129 eV or better at longest processing time. The detector must have a stored count rate of at least 100,000 counts per second with no more than 30% dead time and a maximum resolution of 150 eV at MnKa; stronger consideration shall be given to equipment capable of exceeding the 129 eV requirement; 3. User-selectable pulse processing times; 4. If dual detector systems are provided, data must be ported to a single image set. B. Energy Dispersive Spectroscopy software that shall meet or exceed the following required minimum specifications: 1. User control over spectrum resolution, range and pulse processing time constants; 2. Mapping of element distribution and line scans with user-specified image resolutions with image resolutions to at least 1024 lines 3. Qualitative element identification; 4. Quantitative X-ray microanalysis capability using both the ZAF and the Phi Rho Z correction schemes and user-collected standards data; 5. Must have the capability to export spectra in the EMSA format C. Microscope Automation which shall meet or exceed the following required minimum specifications: 1. Capability to read SEM output data on stage positioning, accelerating voltage, and magnification; 2. Automation of the SEM 5-axis stage with at least the x and y, axes and preferably z, stronger consideration shall be given to equipment that can provide x, y and z; 3. External beam control for image collection; 4. Simultaneous collection of SEM image with X-ray images for both data cube and X-ray image collection; 5. User-specified control over image resolution (pixels), dwell, and scan times; 6. User-specified control over image collection scheme - frame average, line average; 7. Image drift correction; 8. Collection of full spectrum data cube with user-selectable image size up to at least 1024 lines at microscope-compatible aspect ratio, stronger consideration shall be given to equipment that can perform at a higher resolution; 9. Collection of X-ray image maps with an image size of up to at least 1024 lines, higher resolutions preferred, with user-selected option for both smaller and larger pixel areas; stronger consideration shall be given to equipment with a higher resolution;. 10. The instrument must provide for a user-defined region of interest across the characteristic X-ray peak for the X-ray image collection; 11. Automation of multiple field data collection as defined by user for unattended data collection. The system must be capable of storing x and y stage axis coordinates for 10 image fields selected by the user, and provide the means to drive the stage to each location, collect a data cube or X-ray image set as selected by the user, store that data, proceed to the next field of view and repeat the process for all designated fields of view. Stronger consideration shall be given to equipment with the capability to store x, y and z coordinates and drive all three axes; 12. Automated turn-off of electron beam specified by the user after collecting a set of images for unattended operation; 13. Use of standardized image formats (PNG, PDF, TIFF, BMP, JPG) and providing image format information and tools to save and export images for off-line processing and analysis; 14. Must be able to export standard image format containing X-ray raw counts; 15. Must provide an export file format for a data cube uncompressed with a full spectrum at each pixel in binary or ASCII (like the LispX.RAW file format); 16. Digital image processing and analysis capabilities; 17. Linescan and multiple point spectrum data collection capabilities; 18. Windows XP professional with 61 cm (24 inch) diagonal widescreen color LCD monitor with at least 1920 x 1200 native resolution. PC hardware components must be compatible with Windows 7 as that is the software that this system shall be used with. Line Item 0002: Installation: The Contractor shall provide installation for the system. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of the system, turn-key start up, and demonstration of all performance specifications. Line Item 0003: Training: The Contractor shall schedule and facilitate one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the TIC. Line Item 0004: Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty shall be on-site or return to Contractor's site, at the discretion of the Contractor. All costs associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. Final acceptance shall be provided upon successful completion of delivery, installation, training and demonstration of all performance specifications. Delivery, installation, training, and demonstration of performance specifications shall be completed in accordance with the offeror's commercial schedule. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. Evaluation Criteria: The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: Technical Capability, Past Performance and Price. Technical Capability and Past Performance shall be approximately equal in importance to price. Of the non-price factors, technical capability shall be most important. In determining best value, preference shall be given to systems with documented exceedances identified in specifications A (2 ) and C (2,8,9 & 11). Technical Capability Evaluation of Technical Capability shall be based on the documentation provided in the quotation. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. Technical descriptions, the required technical drawing, and product literature submitted shall be evaluated to determine that the proposed components meet or exceed the minimum specifications stated herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of successfully meeting delivery schedules. 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. Price shall be evaluated for reasonableness, consistent with the Contractor's technical submissions. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 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: 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 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. Required Submissions: 1. For the purpose of evaluation of Technical Capability, all quoters shall submit the following documentation: (A) An original and one (1) copy of the technical description and/or product literature which clearly demonstrates that the proposed components meet or exceed the Governments minimum required specifications; (B) An engineering drawing and necessary measurements on detector crystal size, crystal to specimen distance and angles along with a solid angle calculation for a FEI Quanta 600 chamber with a specimen at the designated instrument working distance of 10 mm; 2. An original and one (1) copy of a quotation which addresses all line items; 3. For the purpose of evaluation of past performance: 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; the date of delivery or the date services were completed and a description of the equipment sold to each reference; 4. Description of commercial warranty; 5. A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation. 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) All quotes must be received not later than 3:00 PM local time, on June8, 2010 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: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. Electronic quotes are acceptable; however, faxed quotes shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0386/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02160081-W 20100527/100525235559-c4cb6feaacc7ea4c9093885cedfc058b (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.