Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2003 FBO #0650
SOLICITATION NOTICE

66 -- ENVIRONMENTAL SCANNING ELECTRON MICROSCOPE (ESEM), MODEL QUANTA 200 FIELD EMISSION GUN (FEG) SYSTEM, COMPONENTS AND ACCESSORIES AND TRADE-IN

Notice Date
9/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-1935-0077
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov, elegates@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with FEI Company in Hillsboro, OR to furnish, deliver, and install a new Environmental Scanning Electron Microscope (ESEM), Model Quanta 200 Field Emission Gun (FEG) System, Components and Accessories and a Trade-In to the USDA, ARS, NAA, Eastern Regional Research Center (ERRC) located in Wyndmoor, Pennsylvania. This requirement is pending funds availability. The scientific staff of the Eastern Regional Research Center requires a modern Environment Scanning Electron Microscope (ESEM) with a documented reputation and published record and proven capabilities of providing secondary electron images of a broad range of natural and processed agricultural, biological and microbiological materials, such as those included within the subject areas of the formal research programs of the Agricultural Research Service. The microscope must be capable of providing the highest possible spatial resolution of topographical sample features by secondary electron imaging at atmospheric pressures allowing the samples to remain fully hydrated, with the water vapor associated and in equilibrium with the natural water in the sample serving as the gas in the specimen chamber during imaging. The microscope must also have the capability of providing extremely high spatial resolution of sample features under conventional high vacuum conditions for conventional high resolution imaging. The integral secondary electron detector is the most important detector used for ERRC imaging applications; the resolution of this detector should be near 2.0 nm at high accelerating voltages in the three modes of microscope operation: (1) high vacuum mode, (2) low vacuum mode and (3) high pressure mode. Also, for studies of superficial structural features at low accelerating voltages (~3kV), the spatial resolution must be less than 3.5 nm. For integrated imaging applications, the microscope must be capable of low magnification (~15X) at long working distances and less than 60X magnification at working distances that provide for the highest spatial resolution, laterally. The unique qualification of the FEI Inc. Environmental Scanning Electron Microscope (ESEM) is the capability of high resolution imaging through an integral and patented secondary electron detector technology and vacuum system for imaging fully hydrated agricultural materials, as well as providing the technology for extremely high resolution under conventional high vacuum conditions. The Quanta 200 FEG system and components complies with U.S. electromagnetic compatibility regulations and manufactured to CE Standards. The system includes: An Environmental Scanning Electron Microscope (ESEM), model Quanta 200 FEG (Field Emission Gun) with a 50 x 50 mm, 5 axis specimen stage, 4 axes motorized, including the following components and conditions: a. Host support computer with MS Windows Graphical User Interface. b. Computer controlled Peltier stage for Quanta 200/400. c. Feedthrough and cooler for Peltier (or heating) stage. d. Manual user interface USB. e. 0nline database access software. f. Docu B- license. g. Specimen holder kit. h. A gaseous back-scatter detector for BSE imaging under wet conditions. i. GAD low-kV, solid state, back scattered electron detector. j. An ESEM wide angle option for increased field-of-view at high specimen chamber pressures. k. Compressor, 115 V, 50/60 Hz (if necessary). l. Liquid coolant cooled water chiller for Quanta FEG ESEM. m. Tabletop with supports. n. HP230 Photosmart printer. o. All standard inclusive items for operation of the Quanta 200 FEG for intended purposes. The Contractor shall perform a pre-shipment room survey. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE: The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, 1194.25 and 1194.26 applies to this system, components and accessories. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance with the offer. "YEAR 2000 COMPLIANCY" - (a) Definition: as used in this clause, means that the information technology (IT) (hardware, software and firmware, including embedded systems or any other electro-mechanical or processor-based systems used in accordance with its associated documentation) accurately processes data and date-related data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date and date-related data with it. (b) Any information technology provided, operated and/or maintained under this contract is required to be Year 2000 compliant. To ensure this result, the Contractor shall provide documentation describing how the IT items or services demonstrate Year 2000 compliance, consisting of: standard product literature or test reports. (c) The Contractor warrants that any IT or service under this contract that involve the processing of date and date-related data are Year 2000 compliant. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then the warranty shall apply to those listed products as a system. d) The remedies available under this warranty shall include repair or replacement, at no additional cost to the Government, of any provided items or service whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. In addition, all other terms and limitation of the Contractor's standard commercial warranty or warranties shall be available to the Government for the IT items or services acquired under this contract. Nothing in the warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. INSTALLATION AND START UP: The Contractor shall provide installation and startup within two weeks of delivery. DOCUMENTATION: The Contractor shall provide the installation drawings to the COTR within 10 calendar days after receipt of the purchase order. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manual, parts manual, lubrication and service instructions, operating instructions and submitted upon delivery of the equipment. The Contractor shall provide all Software upgrades shall be provided to the COTR within five (5) workdays after issuance during the life of the software. All documentation shall include the P.O. number. TRAINING: The Contractor shall provide a minimum of one day on-site basic user training for a minimum of three people and completed within one week of installation. The Contractor shall provide advanced user training credits to the FEI ESEM Training School to be used within one year after completion of the initial training. DELIVERABLES - The Contractor shall furnish, deliver and install (F.O.B. Destination, Within Consignee's Premises) the equipment and documentation to the USDA, ARS, NAA, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA 19038 and include the P.O. number, within ninety (90) days after receipt of the purchase order. Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. EQUIPMENT RELOCATION: The Contractor shall also relocate the microscope to a new location within ERRC, after building construction is completed. The COTR shall negotiate the relocation date with the Contractor. Reinstallation must be accomplished within two (2) weeks after notification from the COTR. WARRANTY: The Contractor shall provide a standard one-year warranty on FEI manufactured parts. All other components and accessories require a standard commercial warranty from the manufacturer. The period of the warranty shall begin upon acceptance. The Contractor shall provide a copy of the warranty for each item with their offer. TRADE-IN: The USDA will require a trade-in of a JEOL Ltd. Scanning Microscope, Model JSM-840A, Serial Nos. AG0002458948 and AG0002180295, and is approximately 16 years old. EXTENDED SERVICE CONTRACT: The Contractor shall provide copies of their extended service contracts and price list and identify if the cost is reduced when purchase with the equipment. GOVERNMENT RESPONSIBILITY: The USDA, ARS, ERRC will coordinate the utilities installation at the facility and decommissioning of the traded-in equipment. The system must be capable of expanding to include an INCA Energy 350 Microanalysis System for Quanta Integration and includes a light element detector and x-ray mapping capabilities. Companies with the demonstrated capability and financial capacity to provide and service such equipment must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This is not a request for proposal. No solicitation is available.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/NAAO/Reference-Number-1935-0077/listing.html)
 
Place of Performance
Address: USDA, ARS, NAA, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: USA
 
Record
SN00428617-F 20030908/030906213016 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.