COMMERCE BUSINESS DAILY ISSUE OF MAY 14, 2001 PSA #2850
SOLICITATIONS
66 -- ATOMIC FORCE MICROSCOPY SYSTEM
- Notice Date
- May 10, 2001
- Contracting Office
- DOC; Mountain Administrative Support Center, Acquisition Management Division, MC3, 325 Broadway MC3, Boulder, CO 80305-3328
- ZIP Code
- 80305-3328
- Solicitation Number
- 51RANB10C029
- Response Due
- May 25, 2001
- Point of Contact
- Procurement Technicians 303-497-3221, FAX 303-497-3163
- E-Mail Address
- NOAA; MASC Acquisition Management ( masc.solicitation@noaa.gov)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE AND IN ACCORDANCE WITH FAR PART 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is 51RANB10C029 and is issued = as a sealed bid. The solicitation document and incorporated provisions = and clauses are those in effect through Federal Acquisition Circular 97-25. This acquisition is a small business set-aside. The NAICS Code is 334516, and small business size standard is 500 employees. Any amendment(s) hereto will only be published in the Commerce Business Daily. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Atomic Force Microscopy System (AFM) (item = 0001) which will be used to perform quantitative tests on the change in thermal resistence of interfaces using scanning thermal microscopy. = The AFM will also be used to measure temperatures induced in electronic packages and die with interconnects due to Joule heating. Additionally this instrument will perform more general AFM operations, such as imaging in contact and non-contact modes, and Magnetic Force Mode (MFM). The system shall meet the following specifications: (1) Motorized Sample Positioning Stage consisting of; a) Vacuum mounting, = b) X-Y translation of 100 100 mm, c) Computer-controlled, motorized with ability to program in multiple stage locations and return to said positions plus or minus 2.5 micrometers, d) On-axis optical viewing system for simultaneous imaging of sample and tip, e) Automated approach, and f) Granite base; (2) Isolation Table with Acoustic Enclosure with; a) Table fits inside acoustic enclosure; (3) System Controller including; a) At least 500 MHz Pentium-based computer system with zip drive, CD drive, and network card, b) Minimum lateral resolution of 0.25 angstroms, c) Minimum vertical resolution of 0.025 angstroms, d) three independent 20-bit DAC=92s e) Digital control electronics and signal processing, f) At least 512 x 512 data points = per image, g) At least three independent channels of data capture, h) At least 19-inch display (monitor); (4) Closed-Loop Piezo Control System, a) At least 0.2% linear precision; (5) Scanner consisting of; a) 90 micrometers scanning range (x and y), b) 7.5 micrometers scanning range (z), c) Shall work with = all scanning modes which includes: Contact AFM, Lateral force, Intermittent contact AFM, non-contact AFM (tapping), Scanning Tunneling Microscope (STM), Nanolithography, Force Modulated Microscopy (FMM), Conductive AFM, Scanning Capacitance Microscopy (SCM), Scanning Thermal Microscope (SthM), Pulsed Force Mode (PFM), (MFM), Phase imaging, Electrostatic Force Microscopy ( EFM) , Signal Electronics Pulse Mode (SEPM), with at least 10 contact, and 10 non-contact probe tips (premounted and prealigned, if available); (6) Software shall have: a) completely integrated Windows 98 (or higher) based system, b) image Acquisition/Metrology System, c) simultaneous data collection, image processing, and use of Windows programs, d) can export data directly to Excel, Word, PowerPoint, and print images directly to any PostScript printer, e) simultaneous display of AFM and optical system controls, real-time display of at least 3 data channels, real-time display of = line trace, real-time display of optical view, f) Real-time display of all system voltages, g) Auto-macro function for programming multiple = imaging sites: go to a location, do scan(s), repeat at multiple sites, and h) Free software upgrades for the useful life of the original hardware purchased; (7) Thermal Microscopy System shall include: a) SThM system that can do both thermal conductivity imaging and temperature imaging, b) all associated hardware: control unit, power supply, cables, at = least 5 thermal probe tips, and c) the thermal probe tip must be in the = center of the viewing screen, just as it is for other AFM modes; (8) Phase and Magnetic Microscopy shall include: a) All hardware and software needed to do phase, force modulation, and magnetic imaging, including holders and probe tips (at least 5) needed for these imaging modes; and (9) 1 1 micrometer grid resolution standard. One complete set of drawings = and manuals shall be provided with each system. Delivery of the systems, F.O.B. Destination, to NIST, 325 Broadway, Boulder, CO 80305-3328, = shall be made within 180 days from Contractor=92s receipt of contract award. The systems shall be installed by the Contractor at NIST at Building 2, Boulder Labs, Boulder, CO and training provided for three to four = people for two days on the system. A warranty of one year for parts and labor shall be provided for each system. Technical service and support (via telephone or internet) over the useful life of the system shall be provided. Forms and clauses stipulated herein may be downloaded via = the internet at the following address: http://www.masc.noaa.gov/masc/amd/prc_cont.html. Interested parties = are responsible for accessing and downloading documents and forms from that (or any other) site. Firms without access to the internet may call 303/497-3221 and request that copies of the clauses, provisions, and/or forms be either mailed or faxed to them. Offers shall include a properly completed and signed Standard Form 1449. The firm fixed-price shall include all equipment, delivery, installation, technical service and support, and training FOB Boulder, Colorado. The following provisions and clauses apply to this solicitation: FAR 52.212-1 (Oct 2000), (provision) =93Instructions to Offerors -- Commercial Items=94 // FAR 52.212-3 (Jan 2001), (provision) =93Offeror Representations and Certifications -- Commercial Items=94 (NOTE: Offerors shall include with their offers a completed copy of the provision at FAR 52.212-3.) // = FAR 52.212-4 (May 1999), (clause) =93Contract Terms and Conditions -- Commercial Items=94 // FAR 52.212-5 (Feb 2001), (clause) =93Contract = Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items including the following additional FAR clauses referenced in FAR 52.212-5, subparagraphs (b) (1) with Alt. I, (5), = (7), (11), (12), (13), (14), (15), and (24). Award will be made to the lowest priced responsive, responsible bidder. Offers shall be = evaluated in accordance with the Test Program procedures at FAR 13.500. For further information, please contact Jacqueline Wright (303-497-5282). Offers are due at 3:00 P.M. on May 24, 2001 and shall be mailed to: BID DEPOSITORY/ DOC, NOAA, MASC, MC3, Acquisition Management Division, DSRC Room 33-GB506A, 325 Broadway, Boulder, CO 80305-3328. ALL hand-carried offers must be scanned in Building 22 at 325 Broadway in Boulder, Colorado prior to being delivered to the David Skaggs Research Center., Room 33-GB506A, 325 Broadway, Boulder, CO. If they are not scanned, they may be refused. E-MAIL OR FACSIMILE OFFERS WILL NOT BE ACCEPTED. See Numbered Note 1.
- Record
- Loren Data Corp. 20010514/66SOL017.HTM (D-130 SN50L7K3)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on May 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|