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