Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

66 -- EXTENDED VARIABLE PRESSURE SCANNING ELECTRON MICROSCOPE

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0294
 
Response Due
3/9/2004
 
Archive Date
5/8/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contractor shall provide a extended variable pressure scanning electron microscope with graphical user interface, digital image store and image processor, monitor, large specimen chamb er, 5 axes motorized stage, SE and BSD detectors, and fail safe vacuum system with oil-free turbo molecular pump. The Resolution shall be 3.0nm at 30kV. The Magnification shall be 5x to 1,000,000x. The Variable Pressure Range shall be 1-750 Pascal, full y automatic with Turbo Moledular Pump. The Accelerating Voltage shall be 200V to 30kV, multiple steps. The Variable Pressure Resolution shall be 4.5 nm (tungsten). The Detectors shall be Secondary Electron and Backscattered Electron. The Filament shall be Tungsten Hairpin automatically adjusted, with acceleration voltage. The Gun bias voltage shall be compensation. The Gun bias shall be auto-bias linked to acceleration voltage. The Motorized Stage shall be SEM with a 5 axis motorized stage controlled with a dedicated joystick controller and software with a minimum of the following: X equals 100mm, Y equals 100 mm, Z equals 55mm, Tilt 0-90 degrees, and Rotation 360 degrees. The Stage Resolution shall be SEM with a stage stepping resolution of at least 0.25 microns. The Chamber Size shall be minimum chamber size of 365 mm wide and 255mm high with nine accessible ports and an ability to handle a 200mm sample at the analytical working distance. The Automated Functions shall be auto resolution, brightnes s, contrast, stigmator, focus, alignment digital image store and image processor. The measurements shall be annotation capabilities that allows line width, point to point, and radial measurement right in the SEM software on a live or stored image. The Ch iller shall be air-cooled water re-circulator. The Imaging System shall be 3072 pixels by 2304 lines, single channel video system, continuous frame averaging of 2 to 256 frames, frame integration between 2 and 256 frames, and line averaging and integratio n between 2 and 256 lines. The Scanning Rates shall be minimum of fifteen non-interlaced electron beam scan speeds from 0.09 sec/frame to 21 min/frame. The Operation System shall be minimum Intel 2.2 GHz, Ram 1024MB, Microsoft Windows XP 2002, scanning a nd detector control, image storage, image processing, Hard Disk minimum 80 GB EIDE standard. The display shall be minimum 18 inch color high contrast flat panel monitor. The CDROM shall be 640 MB CDROM writer/re-writer/DVD. The contractor shall provide new instrument training class for one operator at company facility. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions t o Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, p ast performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies t o this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.20 3-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the prefer ence, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999 ); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.2 12-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by March 9 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who ar e not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contac t Brenda Fletcher, Contract Specialist via fax (410)278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ05/W91ZLK-04-T-0294/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00533252-F 20040229/040227234120 (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.