Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2004 FBO #0927
SOLICITATION NOTICE

66 -- High Contrast Transmission Electron Microscope

Notice Date
6/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0037
 
Response Due
6/22/2004
 
Archive Date
8/1/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and written solicitation will not be issued. Solicitation No. 5114-4-0037 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23. The NAICS code applicable to this solicitation is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, ARS, MWA, National Animal Disease Center (NADC), Ames, IA has a requirement/need for a 120KV High Contrast Transmission Electron Microscope (TEM) "Brand name or equal" to FEI Company Tecnai G2 BioTWIN. As part of the purchase, the government would consider a trade-in of a Phillips 410 scope. Listed are the description of items and quantities required: CLIN No. 1 - FEI's FP 5016/40 Tecnai G2 BioTWIN (Quantity - 1); CLIN No. 2 - FEI's 9432 909 96101 LaB6 Emitter (Denka/Mitsui) (Quantity - 1); CLIN No. 3 - FEI's FP 5353/01 Support Computer (Quantity - 1); CLIN No. 4 - FEI's 9432 909 93412 NEC 18" LCD Monitor (Quantity - 2); CLIN 5 - FEI's FP 5456/00 Tecnai Photomontage (Quantity 1); CLIN 6 - FEI's FP 5457/00 Tecnai Grid Scanning (Quantity 1); CLIN 7 - FEI's 9432 909 96281 Compressor 115 V. 50/60 Hz (Quantity 1); CLIN 8 - FEI's FP6788/00 Additional Wehnelt Assembly (Quantity 1); CLIN 9 - FEI's PN 6022/22 Tecnai 12 Accessory Package (Quantity 1); and CLIN 10 - FEI's ADVHR-12 AMT XR60-2KB Side mount CCD Camera (Quantity 1). THE SALIENT CHARACTERISTICS: The TEM must meet or exceed the following minimum specifications: (1) A 120kV TEM with an accelerating voltage range of at least 20kV to 120kV using either tungsten or LaB6 filament. The accelerating voltage levels must be selectable in steps as large as 20kV and as small as 50V. Column alignments for at least all 20kV step settings must be computer controlled and saved on the same PC hard drive as the rest of the microscope control software. The TEM must allow the user to switch to these saved kV steps and keep the electron beam on the small screen when changing kV steps for magnifications in at least the mid-range or under. (2) The specimen stage must be motorized in all axis for the purpose of ease of use an dfor any use in an automated mode of data collection that requires software control to move the stage. Five axis of motorized movement is required; X, Y, Z, Alpha tilt, Beta tilt. The specimen stage must be eucentric for use with high tilt series data collection. The specimen stage must be able to tilt the sample through a range of at least +/- 80 degrees. (3) Column and specimen cleanliness must be protected by a system that uses an ion getter pump for column, specimen chamber and emission chamber. A system that also protects the column from the projection chamber using a differential pumping aperture is also required. (4) A high contract lens configuration is required for high KV/high contrast imaging of difficult samples such as unstained samples. A long focal length objective lens of at least 6mm with a distance between pole pieces of at least 20 mm is required and must allow for imaging a full grid down to a magnification level of at least 20-25x and up to a minimum of 300,000. There must not be any need to remove or manually adjust the type of long focal length lens assembly when the operator wants to use the system for any type of TEM routine; i.e. in high contrast mode, or high magnification mode or all other modes of operation. (5) The TEM modes must include high magnification, diffraction, high magnification. (6) For rapid plate exchange and clean operation, the system must be ion-pumped with a differential pumping aperture of approximately 200 um. (7) Support computer to grow with speed of computer peripheral innovations without affecting the one that controls the microscope. (8) Must include two 18 inch LCD Monitors or larger. (9) Must include Photomontage computer software to drive the stage and grab a series of micrographs to put together a montage. (10) Must include grid scanning computer software to allow scanning of grids with the specimen stage at low magnification. (11) All microscope functionality and accessories are to be controlled with one keyboard and one mouse. (12) Must include Wehnelt Assembly suitable for tungsten filaments and LaB6 cathodes, two condenser lenses, objective lens with computerized 5-axes eucentric goniometer, diffraction lens, intermediate lens and two projector lenses and a housing for cameras, energy filters and other accessories. (13) Must include LaB6 emitter. (14) Must include additional Wehnelt Assembly. (15) Must include side mount CCD Camera (6.8 Mpix min.) with 2624 x 2624 (square) pixel resolution or better with digital image acquisition hardware and software designed to be integrated with the microscope by the microscope manufacturer ; Must meet or exceed (a) 37 percent photographic field-of-view imaging with up to a 30 x 30 mm phosphor, (b) 12 um square pixels at phosphor, (c) custom engineered, high throughput (f/1.4), low distortion (less than 1 percent) lens, (d) lens resolution as determined by MTF greater than 70 percent at 100 lp/mm over entire field, (e) scientific grade, progressive scan sensor, (f) Anti-blooming sensor architecture, (g) 12 bit ADC at 20 MHz output, (h) Max. viewing speed: survey mode (4 x 4 binning) - 6 fps. Focus mode (1 x 1) 2 fps. (i) 2624 x 2624 (square) pixel for XR60B and XR100. Up to 2624x2400 pixels for XR60. (j) Real-time frame integration fo rup to 16 bit (14 bit typical) recorded images. (k) All electronics, cooling devices, and optics are outside the TEM vacuum and immune from contamination. (l) No beam blanking or mechanical shutter required. (m) Exposures adjustable from 4 ms to 10 s. (n) Peltier cooled to 5 degrees C. No water required for cooling. (16) Digital Image Acquisition Hardware and Software: Must meet or exceed (a) LVDS digital interface for camera data transfer and control. (b) Graphical user interface designed for good visibility and ease of use. (c) Automatic and manual gray scale adjustment. (d) Images stored in standard TIFF file format with user selected depth (8 or 16). (e) Live background correction at full frame rates. (f) High precision dark current and gain corrections for recorded images. (g) Ulead PhotoImpact software for image enhancement, batch operations, archiving and thumbnail display. (h) On-line image annotation for micron bar, magnification and TEM conditions. (i) On-line calibrated point to point and diffraction measurements. (j) "Case save" function to automatically name and number images being saved. (k) Dedicated "hot buttons" to PhotoImpact, PhotoShop, and Windows Explorer. (l) Programmable hot buttons to user specified Windows applications. (m) Real-time FFT. (n) Manual and automatic exposure control. (17) Scope is comprised of electron optical column, operational controls, vacuum system and a cabinet with power supplies and HT generator. (18) Accessories support package include: Chiller, compressor, plate camera components for stand alone full functionality. (19) Installation and Training. (20) Trade- of Philips 410. (21) Dismantling of Philips 410. (22) Unit shall function on 120/208 V Wye/ 3 phase power plus or minus 10 percent voltage variation. 60 Hz. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions Provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Proposal); FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act - Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 USC 3332); and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNET.gov/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide: 1) a Proposal on company letterhead detailing the item description, unit price, and extended price of CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept commercial references). References shall be provided for the product quoted and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acqnet.gov/far. DELIVERY TO: USDA, ARS, MWA, NADC, Ames, IA 50010. PROPOSAL PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 120 days after award, however, each offeror shall include their proposed delivery schedule as part of their Proposal. FAR 52.212-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Government's requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to he other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish Proposals to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 22, 2004. Proposals and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, National Animal Disease Center (NADC), Ames, IA
Zip Code: 50010
Country: USA
 
Record
SN00599825-W 20040610/040608211613 (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.