Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29, 2001 PSA #2987
SOLICITATIONS

66 -- BIOSCOPE ATOMIC FORCE MICROSCOPE SYSTEMS

Notice Date
November 27, 2001
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
ZIP Code
20892-7663
Solicitation Number
P-0014
Response Due
December 12, 2001
Point of Contact
Sheri Custer, Contracting Officer, Phone 301-402-3065, Fax 301-402-3407, Email custers@od.nih.gov
Description
Under authority of U.S.C. 253(c)(1), FAR 6.302-1 the National Institutes of Health (NIH), Bethesda, Maryland intends to negotiate a contract with the Veeco Metrology Group, 112 Robin Hill Road, Santa Barbara, CA 93117 for BioScope Atomic Force Microscope Systems. Any response must be received in writing within fifteen (15) business days from the published date of this notice. The intended procurement will be classified under NAICS 333314, Optical Instrument & Lens Manufacturing with a size standard of 500 Employees. The BioScope AFM system shall include the following: (1) Shall include a BioScope AFM for Customer- Supplied Zeiss Axiovert 100 or 135 Inverted Optical Microscope (IOM). (a) Shall provide all major Scanning Probe Microscopy (SPM) techniques. (b) Shall integrate removable SPM head with a customer-supplied Zeiss Axiovert 100 or 135 inverted microscope. (c) Shall include fluid cantilever holder for air and fluid imaging, sample vacuum holder for slides (25x75mm), cover slips (25x25mm), petri dish (60mm), silicone vibration pad and sample holder vacuum pump. (2) Shall include Dimension AFM Scan Head Extended Z range (1X2X Mode) AFM scanner with horizontal imaging area of 90 m x 90 m nominal maximum and an extended vertical range beyond the 6 m nominal maximum. Shall include tip holder and TrakScan optical lever position detection system. (3) Shall include Manual Precision Stage for Bioscope AFM. Stage shall provide sub-micron resolution and fine motion control for precise manual positioning if sample features beneath AFM probe. (4) Shall include Rotated TappingModeTM Etched Silicon NanoProbesTM, 70/pkg. (5) Shall include Oxide-Sharpened Silicon Nitride Probe, Strip of 20. (6) Shall include a Nanoscope IIIa Control Station with twin 17-inch Monitors. (a) Controller shall support all AFM and STM scanning techniques. (b) Shall include at a minimum 600MHz Pentium III PCI, 30GB hard drive, 128MB RAM, 3.5-inch 1.44MB floppy drive, CDRW drive, 100MB Zip drive, Network Board, Windows NT, DSP/interface electronics, SPM controller, SPM imaging and image analysis software and twin 17-inch color monitors. (7) Shall include a Extender Electronics Module for Dimension Series SPMs. (a) Shall provide phase imaging capability for detecting variations in composition, friction, adhesion, stiffness, viscoelasticity, and other forces/properties. (b) Shall allow simultaneous surface topography mapping. Minimizes optical interference and topographical contamination due to variations in air damping. (8) Shall include a Frame Grabber Option for BioScope and MultiMode AFMs. (a) Shall include video card and vision software for BioScope and MuliMode AFMs. (b) Shall provide tip and sample viewing in window on control station monitor which allows saving of video images for processing with NanoScope software, printing, or export for presentation and publications. (9) Shall include a Vibration Isolation Table for the MMAFM, BioScope or D3000. Pneumatic table with caster assembly. Air table Dimensions shall be 24-inch wide by 24-inch long by 31-inch high. (10) Shall include two days Installation and/or Training at the customer's site. (11) Shall include freight. Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit capability statements in an original plus two (2) copies no later than fifteen (15) business days from the date of this announcement. Source demonstrating the capability to accomplish the above shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Written responses shall include complete description of the services to be provided, containing sufficient technical information to permit agency analysis to establish a bona fide capability to meet the stated requirements as listed above. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Please SEND Capability Statements to: (a) If mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Room 529Q, MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892. (b) If hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted. See NOTE: 22 Not withstanding the forty-five (45) day notice for receipt of capability statements all Capabilities must be received within fifteen (15) days from publication in the CBD.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/NIH/OoA/P-0014/listing.html)
Record
Loren Data Corp. 20011129/66SOL003.HTM (D-331 SN5137T7)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on November 27, 2001 by Loren Data Corp. -- info@ld.com