|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1998 PSA#2070ESC/PKOS, Supply Branch, Operational Contracting Division, 104
Barksdale St, Hanscom AFB, MA 01731-1806 66 -- SURFACE ANALYSIS SYSTEM UPGRADE SOL F19650-98-R0023 DUE 042498
POC Sheryl D. Earl, (781)377-2881 Laura Dionne, (781)377-2376 WEB: ESC
Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC, earls@hanscom.af.mil. 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. Solicitation # F1965098R0023
is issued as a Request for Proposal. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-4. This is a small business set-aside and the
associated Standard Industrial Classification Code is 3679 with a size
standard of 500 employees. Listed herein are the contract line items
being procured: Clin 0001 -- MCD Plates, Multi-Channel Detector Plate
Kit to include installation, Quantity (1) one each Clin 0002 -- Surface
Analysis System Upgrade, Quantity (1) one each Clin 0003 -- PHI
Multipak V2.2A and V4.0, Quantity (1) one assortment (Physical
Electronics P/N 636571) Clin 0004 -- Multipak V5 (Physical Electronics
P/N 640778) Included herein are description(s) for applicable Clin(s)
(as noted) Clin 0002 -- XPS Analysis Upgrade Specifications 1.0 Scope:
The contractor shall provide an upgrade to a surface analysis system to
characterize thin films for electro-optical devices. The current X-Ray
Photoelectron Spectroscopy (XPS) analysis system shall be upgraded
with a toroidal monochromator X-ray source with all necessary optics,
installation kits and associated electronics to mount to the analysis
chamber. The contractor shall provide and install a sample neutralizer
and replacement anode for the existing dual anode X-ray source.
Replacement of the multi-channel detector plates for the existing
multi-channel detector is required. All equipment must be new (NO USED
OR RECONDITIONED PARTS WILL BE ACCEPTED). The contractor shall install
and verify system operation after the described upgrade. The contractor
shall provide all operation/periodic maintenance manuals required for
all delivered components and subsytems. SPECIFICATIONS: 2.1 Toroidal
Monochromator X-Ray Source: The X-ray source shall include a Model 420
X-ray monochromator, a model 10-610 X-ray source, and all associated
electronic hardware (cable kits) (Physical Electronics P/N SPR10392).
The system shall have the following specifications: 2.1.1 The model 420
X-ray monochromator is a 500-mm Rowland circle quartz crystal
monochromator, and uses the Model 10-610 X-ray source with an aluminum
anode. 2.1.2. The alignment shall have six degrees of freedom-X-tilt,
y-tilt, focus, X-ray source X and Y motions and tilt. 2.1.3 The power
is variable, from 4 to 15 kV, with 14 kV for optimum performance.
2.1.4 The X-ray source shall mount on a 6.0" O.D. flange with a 6.95"
flange to centerline length. 2.1.5 The anode source shall be
ultra-high-vacuum (UHV) compatible and bakeable to 200 degree C. 2.1.6
The X-ray source control shall be capable of manual or computer
control. 2.2 SAMPLE NEUTRALIZER The sample neutralizer add-on (Physical
Electronicsmodel NU-03) shall include a Physical Electronics model
04-090 flange-mounted specimen neutralizer control. 2.2.1 The sample
neutralizer shall have a 2mA target current at 0V bias, 3.25 A filament
current, 1.5 eV bias voltage, 170V extraction voltage, forward control
lens grounded, and deflection control peaked for maximum target
current. 2.2.2. The peak resolution shall be 0.8 eV FWHM on fresh mylar
sample C1s peak at 289 eV bending energy at the following conditions-20
min data acquisition time on a 1.1 mm analysis area with 3 mm masked
sample aperture, 600 W aluminum monochromator, 65 degrees sample tilt
angle. 2.3 X-RAY ANODE REPLACEMENT Replacement Mg/Al anodes (part #
614028) shall be installed on the existing dual anode X-ray source
(Physical Electronics part # 04-548). 2.4 MULTI-CHANNEL DETECTOR
CHANNEL PLATE REPLACEMENT Replacement channel plates (Physical
Electronics part number 619091) shall be installed on the existing
multi-channel detector (Physical Electronics part number 3057-AD-03)
2.5 OPERATION System performance shall be verified by a total count of
75,000 cps (above background) for a resolution (FWHM) of eV and
575,000 cps with a resolution of 1.0 eV for the Ag 3d 5/2 peak using a
400 um analysis area. No physical modification of the present chamber
is allowed. Place of Delivery and Acceptance is: AFRL/VSOS-LG, BLDG
1102E, HANSCOM AFB MA 01731 MARK FOR: Contract No: F19650-98-XXXX,
Purchase Request No: F1GPL180440700 FOB: HANSCOM AFB MA 01731 Provision
at 52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition and there are no addenda to this provision. Provision at
52.212-2, Evaluation-Commercial Items (As Amended), applies. Evaluation
criteria is as follows: The Government will award a contract resulting
from this solicitation to the responsible low offeror whose offer is
determined technically acceptable. The following factors, in descending
order of importance, shall be used to evaluate offers: (a) Technical
Description: Offerors shall submit a technical description of items
offered as an "or equal" product. Offerors who fail to submit a
technical description (supported by product literature, or other
documents, as necessary) may be deemed unacceptable. (b) Warranty:
Offerors are required to provide standard warranty information to
demonstrate a minimum warranty of parts and labor for one year. Should
the Standard Warranty be more extensive than the minimum specified,
the contractor shall include the information as part of the offerors
proposal. (c) Delivery Terms: Offeror shall submit with it's proposal
a schedule for Delivery. The Government will evaluate equally,
regarding time of delivery, offers that propose delivery of each
quantity within the applicable delivery period specified herein.
Offer(s) that clearly propose delivery that will not fall within the
applicable required delivery period specified in FAR 52.212-4
(Addenda), may be considered unacceptable and rejected. The Government
reserves the right to award under either the required delivery
schedule or the proposed delivery schedule, when an offeror offers an
earlier delivery schedule than required above. If the offeror proposes
no other delivery schedule, the required delivery schedule above will
prevail. (d) F.O.B. Destination Only (Reference FAR 47.305-4): F.O.B.
Destination only offers are desired and evaluation of offers will be
made on a F.O.B. Destination only basis. Offers submitted on any other
basis may be rejected as unacceptable. (e) Past Performance: Offerors
shall submit the information specified in clause 52.212-1,
Instructions to Offerors-Commercial Items, paragraph (b)(10). A written
notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. Offerors are advised
that a copy of the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items shall be submitted with its offer.
Copies of this can be obtained from the Government Printing Office or
on the Internet at www:http://farsite.hill.af.mil. The Clause at
52.212-4 does apply to this acquisition and includes the following
addenda: 1. F.O. B. DESTINATION (52.247-34) (NOV 1991) (Reference
47.303-6) 2. RECEIVING HOURS FOR DELIVERIES: Daily between 7:30a.m.and
4:00 p.m.excluding Saturday, Sunday and Federal Holidays. 3. TIME OF
DELIVERY (a) The Government requires delivery be made according the
following schedule: Required Delivery Schedule: Item No. Qty Within Dys
After Dt of Contract 0001 1 180 0002 1 180 0003 1 180 0004 1 180 5.
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE 52.246-17, (APR 1984)
(Reference 46.710 (a)(1)) Fill-Ins Required by Clause: Time period to
be included in paragraph (b) is one (1) year after delivery. Paragraph
(c) is 30 days after discovery of the defect. 6. REMITTANCE ADDRESS
(Offeror completes when applicable) Remittance Address, if different
from offeror's mailing address. 7. Interested parties are hereby
notified that all offers in response to Solicitation F1965098R0023 are
due by close of business 24 Apr 98, 4:30 EST. Proposals may be
submitted via Fax (781-377-3118/4324), e-mail (earls@hanscom.af.mil) or
through normal mail channels to ESC/PKOS, Attn.: Sheryl D. Earl, 104
Barksdale Street, Bldg 1520, Hanscom AFB MA 01731. (0096) Loren Data Corp. http://www.ld.com (SYN# 0362 19980409\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|