MODIFICATION
38 -- Design Study for Disc Holder for PHI 660 - Package #1
- Notice Date
- 12/20/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0033
- Archive Date
- 1/21/2017
- Point of Contact
- Dale M. Brunson, Phone: 3013941200
- E-Mail Address
-
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Figures 1 through 7 Provisions and Clauses Full Text COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 38 2. NAICS Code: 334516 3. Subject: Design Study for Disc Holder for PHI 660 4. Solicitation Number: W911QX-17-T-0033 5. Set-Aside Code: N/A 6. Response Date: 06 January 2017 7. Place of Delivery/Performance: US Army Contracting Command - APG Adelphi Contracting Division Army Research Laboratory Aberdeen Proving Ground MD 21005-5001 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-17-T-0033. This acquisition is issued as a Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 14 July 2016. (iv) This acquisition is set-aside for total small business. The associated NAICS code is 334516. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Design Study for Disc Holder for PHI 660 (vi) Description of requirements: The Government requires a preliminary design study for a custom sample insertion chamber, transfer mechanism and measurement stage for the PHI 660 Auger Microscope (PHI 660 shown in Fig.2). The contractor shall provide the preliminary design study with sufficient detail to determine cost and delivery time for the custom sample system. The custom sample insertion chamber, transfer mechanism and measurement stage for the PHI 660 Auger Microscope shall meet the following minimum specifications: The following requirements apply to three (3) types of specimens: 1) Cylindrical specimen (disc) with range of diameters 101.5 to 109 mm, 12.7 mm high and 950 g mass (shown in Fig. 1) 2) Spherical specimen (ball) with 20-22 mm diameter. 3) Standard PHI 660 specimen holders Insertion chamber (load lock): • The insertion chamber shall attach to the main chamber of the PHI 660 via a standard 8" (outer diameter) CF flange. • The insertion chamber shall allow for the loading of all three (3) types of above mentioned specimens. • The chamber shall be separable from the main chamber by a gate valve withhold ultra-high vacuum (UHV) vs atmospheric pressure • The insertion chamber shall allow pumping to a pressure of <5x10-7 Torr using an existing roughing and turbopump (Pfeiffer/Balzers TPU050) or by provided pumps. Transfer mechanism: • A transfer mechanism shall be provided for transporting the sample from the insertion chamber at a pressure of <5x10-7 to the measurement chamber (normally under UHV). Measurement stage: • Disc area for measurement access: 16mm x16mm area whose center is 42mm from the center of the sample stage (red box in Figure 1). Only an instrument-defined spot must be measured within this area at any measurement instance. • Ball measurement area: position on ball surface • The measurement stage shall allow for the translation of the disc samples such that the disc measurement, ball surface, or PHI 660 specimen holder can be centered under the electron and ion beams. • The stage shall allow fine translation across measurement area to a precision of <20 µm. • The stage shall be able to tilt the specimen measurement surface to 10-15 degrees from horizontal towards the ion gun. • The measurement stage shall not have a vibration displacement above 1 µm. Entire UHV chamber rides on an air table. • A Perkin-Elmer/PHI 15-630 Precision Sample Stage currently resides in the PHI 660 Instrument. The new stage shall be compatible with the Perkin-Elmer/PHI 15-630 Precision Sample Stage. If not, then a sample holder stage shall be provided, which is compatible with the new transfer stage that allows for standard PHI 660 specimen holders. The PHI 15-630 has a gear at mid PHI 660 holder height about 2 cm away from holder edge, and more mechanism at about 3 cm away that rapidly rises above standard sample holder height. General requirements: • If the gate valve does not close during measurement due to the new sample transfer/measurement stage(s), the insertion chamber pumping system shall have an emergency shutoff to isolate the insertion and measurement chamber from the mechanical pumps. • The sample and holder shall not impact the microbeam ion gun (PHI 06-650, shown in Figs. 3-4) during insertion, transfer or positioning for measurement. Ion gun is roughly 2-3 cm from current sample holder, lower edge about at level of two screws on right side of current sample holder in Fig. 4. • Access to the PHI 660 at Aberdeen Proving Ground (APG), MD shall be provided after contract award, but not during solicitation, as this is a commercially available instrument present in numerous labs across the country that has been in the market since at least 1974. • Adequate (not comprehensive) detail shall be provided to demonstrate feasibility of conforming to the space and movement requirements above. The preliminary design study shall be provided by the Contractor to the Contracting Officer's Representative (COR) by email or postal service within ninety (90) days after date of contract (ADC). FIGURES 1 THROUGH 7 WILL BE ATTACHED IN SEPARATE DOUMENT. (vii) Delivery is required ninety (90) days after contract award. Delivery shall be made to Aberdeen Proving Grounds (APG), Aberdeen, MD 21005. Acceptance shall be performed at APG, Aberdeen, MD 21005. The FOB point is APG, Aberdeen, MD 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) This will be evaluated based on lowest price technically acceptable after determining technical specification acceptability. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug, 2013), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (July 2014), 52.222-50 Combating Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications (Oct 2015), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.204-0007, Contract-Wide: Sequential ACRN Order. (SEP 2009) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7000 Disclosure of Information (Aug 2013), 252.204-7003 Control of Personnel Work Product (Apr 1992); 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Aug 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Sep 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting In Past Performance Evaluations (JUN 2015), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7000 Buy American-Balance of Payments Program Certificate-Basic (Nov 2014), 252.225-7001 Buy American and Balance of Payments Program (Aug 2015), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7006, Wide Area Workflow Payment Instructions APG-ADL-B.5152.204-4409, ACC - APG Point of Contact (APR 2011) APG-ADL-B.5152.204-4411, Technical Point of Contact (DEC 2002) APG-ADL-B.5152.206-4400, Intent to Solicit Only One Source (FEB 2015) APG-ADL-H.5152.211-4401ALT, Receiving Room Requirements - APG Alternate I (JAN 2003) APG-ADL-L.5152.215-4441, US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-B.5152.216-4407, Type of Contract (SEP 1999) APG-ADL-G.5152.232-4418, Tax Exemption Certificate (SEP 1999) APG-ADL-E.5152.246-4400, Government Inspection and Acceptance (SEP 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 01/06/2017 by 11:59 A.M. Eastern Standard Time (EST) via email to the Contract Specialist, Dale Brunson, dale.m.brunson.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Dale Brunson, 301-394-1200, dale.m.brunson.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1d8864a26defab8ec96e827b0124830)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04356104-W 20161222/161220234442-b1d8864a26defab8ec96e827b0124830 (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 |