Federal Bid

Last Updated on 28 Feb 2008 at 5 AM
Combined Synopsis/Solicitation
Gaithersburg Maryland

66 -- Atomic Force Microscope (AFM)

Solicitation ID SB1341-08-RQ-0074
Posted Date 29 Jan 2008 at 5 AM
Archive Date 28 Feb 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Gaithersburg Maryland United states 20899
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. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. ** THE CONTRACTING OFFICER IS SOLICITATING THIS PROCUREMENT UNDER FAR PART 13.5 WITH THE UNDERSTANDING THAT FAR 13.5 WILL BE EXTENDED BEYOND JANUARY 01, 2008. SHOULD THIS INFORMATION BE INCORRECT, THIS SOLICITATION WILL BE CANCELLED AND REISSUED UNDER FAR PART 15. **THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for an Atomic Force Microscope (AFM) to be used in the Surface and Microanalysis Science Division at NIST, Gaithersburg, MD. *** All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Atomic Force Microscope (AFM) Only new equipment will be considered for award. Refurbished and/or used equipment will not be considered for award. Contractors shall meet or exceed the following required minimum specifications: A. Scan control electronics A.1 100 percent digital operation. Signals from the instrument are immediately digitized. A.2 Software-controlled crosspoint switch that allows the user to re-route signals without using external wiring. A.3 DSP and Field Programmable Gate Array (FPGA) for fast, real-time processing of signals. A.4 A/Ds: 16-bit input operating at 5MHz with seven gains and a 16-bit offset. A.5 Access to all major signals on BNC connectors on the controller front panel including deflection (A-B), normalized deflection (A-B/A+B), sum (A+B), amplitude, phase, lateral force, X, Y and Z sensors, various aux and trigger signals, three user inputs, three user outputs, audio out for ear phone, X, Y and Z piezo drive voltages and user X, Y and Z modulation voltage inputs compatible with external hardware. A.6 D/As: Six high resolution, 24-bit channels operating at 100 kHz (sampling rate can be increased for user experiments)?three for scanning, and three for user outputs. A.7 Digital lock-in operating at 5 MHz that provides quadrature outputs. Both R/theta (amplitude/phase) and I/Q (Rcos theta / Rsin theta) available in output bandwidths up to 35 kHz. A.8 Digital Q-control to allow the cantilever quality factor to be changed to improve imaging of soft samples or Increase scanning speed. A.9 GPIB (IEEE 488) controller support. A.10 USB connection to controlling computer. B. Scan and data acquisition software B.1 Generate, display, and visualize 3D images in real-time while scanning B.2 Multiple images and channels of a single scan such as phase, amplitude, topography, MFM, conductivity can be opened and viewed simultaneously, or overlaid on a primary channel for signal correlation. B.3 View images in 3D by simply clicking and dragging on the image to pan, rotate, tilt and zoom into specific areas of the image. 1 0 1 0 1 B.4 Files can exported to the clipboard or saved as JPEG, PNG, BMP, or TIFF. B.5 Native Windows XP software, operating within IGOR Pro (from Wavemetrics). B.6 Open source code within IGOR Pro for easy customization of software features. B.7 Nanolithography and manipulation capabilities: The cantilever can be controlled for lithography and manipulation applications: - Patterns can be made with freehand curves, straight lines and points. - Patterns can also be imported graphical and lithography designs, images and lines. - Cantilever amplitude, deflection, and voltage can be controlled and modulated during lithography and all can be done simultaneously. C. AFM Measurements C.1 Integrated position sensor in all three axes (X, Y, Z) to eliminate or reduce the effects of piezo hysteresis or creep. - Temperature coefficient of sensitivity less than 0.03 percent per degree C. - Position sensors calibrated with a NIST traceable interferometer. C.2 X&Y: 90?m travel. Closed loop position control with sensor noise less than 0.6nm absolute deviation and sensor nonlinearity less than 0.5 percent in a 0.1 Hz-1 kHz bandwidth (BW) and sensor nonlinearity less than 0.5 percent at full scan. C.3 Z: Large vertical scan range. - 15?m - Sensor noise less than 0.3nm in a 1 kHz BW and sensor non-linearity less than 0.2 percent - Z height: noise less than 0.06nm. C.4 Low coherence light source to reduce optical interference in force curves. C.5 Very low optical lever noise of less than 0.03nm in a 0.1Hz-1 kHz BW (10 second measurement). D. AFM head Design D.1 The AFM can be mounted onto an Olympus IX71 inverted microscope. D.2 The AFM is capable of Brightfield and Phase Contrast as well as compatible with bottom view optical techniques such as epi-fluorescence, confocal, TIRF and FRET. D.3 Stage design allows for all high numerical aperture objectives, including those for TIRF. D.4 Uses a diode with wavelength of 860nm or above to enable use of red fluorophores (Texas Red, Cy5) and full use of the visible spectrum. D.5 Includes a top view module allows for viewing of samples, even non-transparent, as well as laser diode alignment on the cantilever. E. AFM Modes E.1 Imaging modes Static Force (Contact), Const. Force (Topography), Const. Height (Deflection) E.2 Spectroscopy modes Force - Distance, Force - Tip voltage E.3 Tip voltage plus/minus 10 V in 5mV steps E.4 Dynamic Force (Intermittent Contact, etc.), E.5 Const. Amplitude (Topography), Const. Height (Amplitude) F. Cantilever Holder F.1 Uses all commercial AFM cantilevers. F.2 Cantilever holder can operate in both air and fluid. LINE ITEM 0002: INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all minimum specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. LINE ITEM 0003: TRAINING: The Contractor shall provide training on-site at NIST Gaithersburg for at least two (2) NIST personnel. This training may commence immediately upon completion of installation and demonstration of specifications. Training shall include, at a minimum, a thorough demonstration of all equipment functions, equipment operation which will allow NIST personnel to operate the system to its full capabilities, and basic troubleshooting. Installation and training must be scheduled, in advance, with the NIST Technical Contact. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty on installation and equipment. The warranty shall be on-site at NIST Gaithersburg. All parts, labor and travel shall be included. Service must be provided Monday through Friday during normal working hours. A 48 hour response time is required for service calls. Service calls outside of normal working hours are not required. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. OPTION LINE ITEM 0005: Closed Fluid Cell compatible with Olympus IX71 inverted microscope; small sample volume to simplify environmental control and separate corrosive gases and liquids from anything other than the sample and cantilever; completely closed, sealed environment; at least 6 ports for fluid/gas exchange and heating; capable of maintaining up to 6 feet (2m) of water pressure, and includes an integrated humidity sensor to measure the humidity within the closed fluid cell with sensor accuracy of plus/minus 3.5 percent Relative Humidity with a repeatability of plus/minus 0.5 percent. OPTION LINE ITEM 0006: Heater controller that interfaces with the AFM controller. All control and measurement functions shall be fully programmable. Temperature graphs recorded and documented. The heater control should allow fluid sample heating from ambient to 80 degrees C and is compatible with bio-imaging, for sample such as living cells. The heater should allow air sample heating from ambient to 250 degrees C with the standard cantilever holder, for samples such as polymers and thin films. OPTION LINE ITEM 0007: Active vibration isolation system to be used with an inverted microscope. Load capacity of approximately 140 Kg. OPTION LINE ITEM 0008: Acoustic Noise Enclosure with window to provide acoustically quiet environment for low-noise AFM imaging in a laboratory environment. OPTION LINE ITEM 0009: Motorized XY Coarse Positioner for positioning the AFM scanner in two dimensions using DC motors with repeatability better than 5 micrometers, including closed-loop position sensing, video monitoring of position, and programmable motor functions. *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instrumentation. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders? Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.217-5, Evaluation of Options; 52.217-7, Option for Increased Quantity ? Separately Priced Line Item; 52.219-6, Notice of Total Small Business Set-Aside 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons; 52.225-5, Trade Agreements (Apr 2006); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm. ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:30:00 PM local time, on February 13, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 15 Nov 2011 at 8 PM
Location Unknown 14 Aug 2017 at 12 PM
Location Unknown 07 Sep 2013 at 8 PM
Location Unknown 25 Apr 2016 at 5 PM