Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

66 -- Scanning Electron Microscope

Notice Date
6/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
RFQ2145697
 
Point of Contact
Susan Nsangou, Phone: 3014432104
 
E-Mail Address
nsangous@mail.nih.gov
(nsangous@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is not a small business set-aside. This solicitation number is RFQ2145697 and the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The National Institute on Drug Abuse (NIDA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) has a requirement for two (2) scanning electron microscopes. NINDS is beginning a program in dense reconstruction of the nervous system and to image all of the neuronal connections in a block of tissue, NINDS requires scanning electron microscopes. The following is required of the scanning electron microscopes: (1) A variable pressure (low and high-vacuum) field-emission scanning electron microscope (SEM) capable of imaging non-conductive biological specimens; (2) High resolution low-kV imaging (at least 1-2 nm @ 1kV) of back-scattered and secondary electrons. The electron column should be capable of accelerating voltages from 0.5 - 30kV and continuously variable beam currents up to at least 10nA; (3) Detection capabilities for back-scattered electrons and secondary electrons with both below-the-column and in-lens detectors (with a minimum of an Everhart-Thornley SE, a gaseous SE, a solid-state BSE, and a BSE/SE in-lens detector). An annular segmented solid-state BSE detector sensitive to 1-2kV BSEs and current amplifier capable of >1MHz acquisition is preferred; (4) Final lens electrostatic/electromagnetic immersion field is preferred; (5) Beam deceleration capability with negative stage bias is preferred, but not required; (6) Specimen stage should allow 5-axes motion and a minimum of 120mm travel in X-Y and the chamber should provide multiple accessory ports. (7) Image acquisition should support a minimum of 4k x 4k pixel resolutions and scan rates of at least 1MHz; (8) External software interface to the SEM control computer is required with the ability to set and read all microscope parameters via custom software running on a provided support computer; (9) SEM interface software and column hardware must be demonstrated to be capable of uninterrupted image acquisition for the duration of at least 3 months. A one year warranty on the scanning electron microscopes is required. The quote shall also include an option for an extended warranty for an additional three (3) years. Quotations will be evaluated on the following criteria: (1) Technical Qualifications: (a) Image resolution at low energy (1-2kV) high beam current (0.5-1nA) BSE imaging (20%); (b) Solid state electron detector performance at 1-2kV during fast image acquisition (>1MHz) (20%); (c) Preferred beam deceleration and immersion field capabilities (20%) (d) Stability of beam current, electron optics, and acquisition software during long-term (several month) continuous operation (20%) (2) Past Performance: Experience making electron microscopes (20%) (3) Price/Cost: Price will be evaluated to determine price reasonableness. Price reasonableness will be established by competition and determined primarily by comparison with other offers submitted. Quotations are to be sent electronically to Susan Nsangou, Contracting Officer, nsangous@mail.nih.gov. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Offerors may cite their registration in ORCA in lieu of submission of the complete representations and certifications. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFQ2145697/listing.html)
 
Record
SN02484748-W 20110630/110628235206-2287521c58f668b51d81df5307de34c2 (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.