Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

66 -- AUTOMATED SAMPLE STAGE FOR HITACHI S-4000 FESEM SOL RFQ2-36700-SLC DUE 081399 POC Sharon L. Connolly, Contracting Officer, Phone (650) 604-6927, Fax (650) 604-4646, Email sconnolly@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36700-SLC. E-MAIL: Sharon L. Connolly, sconnolly@mail.arc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA Ames Research Center is in the process of fully automating a Scanning Electron Microscope for remote computer operation. As part of this automation process, NASA/ARC intends to procure a 5-axis automated stage for an existing Hitachi S-4000 FESEM. Specifications for the stage shall be as follows: step size, 10 nanometers or less; position resolution, 0.25 micron; repeatability, less than 2 microns; capability to store and recall at least 100 sets of coordinates; hand wheels for manual operation and a joystick controller for motorized movement; capability for programmable backlash correction; and an integral RS-232 interface for EDX/computer control. The stage shall have program sequences and scan patterns, a stage origin offset function, integral electronic limits and automatic montage capability with adjustable overlap correction. The stage shall be compatible with an existing Apple Power Macintosh G3 computer operating Gatan Corp. Digital Micrograph software and a custom plug-in software module written for the Digital Micrograph system. The provisions and clauses in the RFQ are those in effect through FAC 97-11. This procurement is a total small business set-aside. See Note 1. The Standard Industrial Classification (SIC) Code and the small business size standard for this procurement are 3826 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Ames Research Center, Receiving Section, Bldg. 255, Moffett Field, CA 94035 is required within 90 days after Purchase Order award. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the item(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addendum to FAR 52.212-1 is as follows: Compliance with Veterans' Employment Reporting Requirements (February 1999) By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d) (i.e., the VETS-100 report required by Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.212-3 may be obtained by phone or fax to Sharon L. Connolly at the address/email stated below. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. Addenda to FAR 52.212-5 are as follows: ARC 52.232-93 Submission of Invoices-Fixed Price (Feb 1998) and clause "Year 2000 Compliance (May 1998)" in accordance with PIC 98-8. The quoter shall provide standard product literature indicating that the product or products offered are Year 2000 Compliant. Questions regarding this acquisition must be submitted in writing no later than August 6, 1999. Quotations are due by 3:30 p.m. local time on August 13, 1999, to the attention of Sharon L. Connolly and should be mailed to NASA-Ames Research Center, M/S:241-1, Moffett Field, CA 94035. It is the quoter's responsibility to confirm if the Government has received the faxed quotation. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: (1) technical acceptability, (2) past performance, and (3) price. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with their quote. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/ARC/class.html. Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 07/30/99 (D-SN361578). (0211)

Loren Data Corp. http://www.ld.com (SYN# 0407 19990803\66-0020.SOL)


66 - Instruments and Laboratory Equipment Index Page