Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132

Directorate of Contracting, US Army Garrison, Hawaii, Attn: APVG-GKC, Fort Shafter, HI 96858-5025

66 -- ELECTRICAL & ELECTRIC PROPERTIES MEAS AND TST INSTRUMENTS SOL DAPC50-98-R-0026 DUE 072198 POC Contract Specialist K Luke (808) 438-6535 x 205 FAX (808) 438-1337 This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR part 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. The solicitation number DAPC50-R-0026 is issued as a Request for Proposal (RFP). The Government intends to negotiate solely with LEO Electron Microscopy, Inc., One Zeiss Drive, Thornwood, New York, 10594, for a firm fixed-price contract. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. The standard industrial code (SIC) is 3826; the small business size standard is 500 employees. Minimum characteristics are as follows: Requested system is for two personal computers to drive a scanning microscope as well as an X-ray unit. Microscope is for total system control including EHT, lens supplies, scanning conditions, imaging chamber pressure control and image recording. The systems should give automatic or manual control of functions including: automatic low magnification function, auto gun run up, auto resolution, auto brightness, auto contrast, auto stigmator and auto focus. The system controlling the x-ray unit shall include software that allows quantitative EDS software with background subtraction, escape and sum peak removal, peak integration, ratio to specific area, linear regression, quantitative matching, dynamic Link library for MS-Excel, EDS standardless analysis, automatic peak identification, automated analysis templates and matrix correction software using standards (ZAF). Minimum salient characteristics: Microscope operating system: Intel PCI Pentium 200 MHz with 512K cache with 250 watt power supply; built-in math co-processor; 32MB RAM; 1.44MB 3.5" disk drive; 2.5GB IDE hard drive; 32-bit IDE controller; two serial ports; one parallel port; clock calendar; keyboard; 20" SVGA interlaced 1024 x 768 monitor; local video SVGA graphics (4MB); 720 x 720 DPI color printer; Windows 95; joystick; network adaptor-EMC compliant; Contractor shall provide on-site training, extended 3-year service warranty for the microscope system and x-ray unit. Microscope system shall possess a 5-axis motorized stage; door mounted and hinged to front face of specimen chamber; chamber viewing window with interlock and lamps; 100mm X-travel; 125mm Y-travel; 35mm motorized with 26mm spacer Z-travel; 0-90 degrees continuous tilt; 360 degrees continuous rotation; eight position carousel for 13mm diameter Cambridge pin-type stubs; 4-inch wafer holder; dual joystick stage controller with 5-axis liquid crystal position display; large (300mm x 265mm x 216mm) specimen chamber fitted with four horizontal chamber accessory ports, three 35 degree inclined ports and two accessory port on the door, 72mm Z clearance without specimen holder fitted; color video copier; advanced stage control; network adaptor-EMC compliant; photo record unit (without camera); 35mm camera with macrolens; tungsten emitter assembly, x-ray input panel kit, Desk II sputter coater for gold, carbon yarn evaporation accessory and carbon yarn. Delivery shall be made within 90 days after award to the US Army Central Identification Laboratory (CILHI), Building 45, 310 Worchester Ave, Hickam Air Force Base, Hawaii, 96853. The provision at FAR 52.212-1, Instruction to Offeror-Commercial Items is applicable. FAR 52.212-2, Evaluation -- As a minimum, the proposal shall contain (1) descriptive literature to determine product acceptability and (2) price/cost. Offerors who fail to follow the format and requirements listed in 1 and 2 may be found unacceptable. Only proposals with acceptable products will be considered. Award will be made to the lowest technically acceptable offer. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. FAR 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items pertains to this acquisition with the following additional FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government Alt I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action For Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action For Handicapped workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act Supplies; 52.203-3, Gratuities; 52.204-4, Printing/Copying Double Sided on Recycled Paper; 52.204-7001, Commercial and Government Entity Cage Code Reporting; 52.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country; 52.212-7001, Contract Terms and Conditions Required to Implement Statutes; 52.232-33, MandatoryInformation for Electronic Transfer Payment; 52.233-2, Service of Protest; 52.204-1, Approval of Contract. The following DFARS clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.247-7024, Notification of Transportation of Supplies by Sea. The Defense Priorities and Allocations System (DPAS) does not apply. Proposals shall be mailed or hand-carried to the Directorate of Contracting, ATTN: APVG-GKC, Building 520 (Basement), Fort Shafter, Hawaii, 96858-5025 no later than 2:00 p.m. (Hawaiian Standard Time) of the fifteenth day from the date this announcement first appears in the CBD. Fax proposals will not be accepted. Questions should be referred to Mr. Kerry Luke, Contract Specialist, at 808-438-6535 ext. 205, fax 808-438-1337 or e-mail lukek@shafter-emh3.army.mil. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted. See Note 22 (for sole source) Posted 07/06/98. (0187)

Loren Data Corp. http://www.ld.com (SYN# 0394 19980708\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page