Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2004 FBO #1011
SOLICITATION NOTICE

66 -- Vibration Isolation for a JEOL JSM 6400 Scanning Electron Microscope (SEM) and a FEI Nova 600 Nanolab SEM

Notice Date
8/31/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-04-Q-0935
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@nist.gov
 
Description
SB1341-04-Q-0935 Subject: Vibration Isolation for a JEOL JSM 6400 Scanning Electron Microscope (SEM) and a FEI Nova 600 Nanolab SEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being competed on an unrestricted basis (i.e., no set asides apply). This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. This announcement constitutes the ONLY solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-04-Q-00935; the solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 01-24. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 334516, and the size standard is 500 employees. MINIMUM REQUIREMENTS FOR THE SYSTEMS BEING PROCURED: The National Institute of Standards and Technology (NIST) require Vibration and Acoustic Isolation for 2 SEMs: JEOL JSM 6400 SEM and an FEI Nova 600 Nanolab SEM. The contractor shall install the vibration and acoustic isolation systems on-site at the NIST Advanced Measurement Laboratory (AML) Nanofabrication Facility (NF). The AML NF is a bay and chase, Class 100 clean room with raised floors 2 feet above a concrete sub floor. The FEI SEM is a newly purchased SEM that will be used for imaging nanoscale devices. The JEOL JSM 6400 will be transferred from another clean room into the AML NF and will be used primarily for electron beam lithography The list of contract line item numbers (CLIN?s), their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, Vibration Isolation for JEOL JSM 6400 Scanning Electron Microscope (SEM); Quantity: 1; Unit of Measure, Each. CLIN 0002, Support structure with necessary vibration isolation for a FEI Nova 600 Nanolab SEM; Quantity: 1; Unit of Measure, Each. CLIN 0003: Compatible enclosures for acoustic isolation for CLIN 0001; Quantity: 1; Unit of Measure, Each. CLIN 0004: Compatible enclosures for acoustic isolation for CLIN 0003; Quantity: 1; Unit of Measure, Each. CLIN 0005, Installation and Acceptance Testing for CLIN?s 0001 and 0002 at NIST; Quantity: 1; Unit of Measure, Each. CLIN 0006: Installation and Acceptance Testing for CLIN?s 0003 and 0004 at NIST; Quantity: 1; Unit of Measure, Each. CLIN 0007; On-Site (at NIST) Training of CLIN?s 0001 and 0002 for up to three (3) NIST Personnel for Normal Use of CLIN?s 0001 and 0002; Quantity: 1; Unit of Measure, Each. The Offeror shall include, in the quotation, any additional equipment, with associated pricing, that would be required to efficiently operate all instruments features specified in this document if they are not standard equipment or not explicitly stated in the specifications. All items shall be priced on an F.O.B. Destination basis to the National Institute of Standard and Technology (NIST), 100 Bureau Drive, Gaithersburg, MD 20899. The system offered for CLIN 0001 and 0002 must meet or exceed the following minimum requirements: Specifications for Support Structures with Vibration Isolation - Rigid support structures shall sit on the concrete sub floor. - The support structures with vibration isolation systems shall not require modification if an acoustic enclosure is purchased at a later time. - The column/chamber of the SEMs shall sit on the support structure with vibration isolation. - The SEM console shall sit on the raised floor and shall not be in the acoustic isolation enclosure. - The horizontal dimensions of the support structures shall be no larger than that necessary to fit the SEM. - The height of the bottom of the SEM shall be adjustable from between 1 foot below the height of the raised floor to 1 foot above the height of the raised floor. - All materials used for the support structures and vibration isolation systems shall be rated for a Class 100 clean room environment. - All tools and procedures required to install the systems shall be rated for a Class 100 clean room environment. - The support structure and vibration isolation system shall meet the following mechanical vibration specifications to be measured in the NIST AML NF. The vibration shall be measured using a 1/3 octave vibration spectrum in the vertical (V), left-right (LR), and front-back (FB) directions and shall not be higher than the specifications given in the following table. These specifications shall be met with or without the acoustic enclosure. Frequency (Hz) V (x0.000001 g) LR (x0.000001 g) FB (x0.000001 g) 1.0 5.0 1.4 1.3 1.3 3.1 0.8 0.8 1.6 8.8 1.2 1.0 2.0 8.4 2.3 2.1 2.5 13.2 3.9 3.4 3.1 9.6 4.2 3.8 4.0 8.2 6.3 3.6 5.0 8.5 8.3 8.8 6.3 24.3 21.3 16.6 8.0 35.6 22.3 92.2 10.0 56.3 24.4 57.6 12.5 70.3 44.9 71.9 16.0 90.0 57.5 92.1 20.0 112.5 71.9 115.1 25.0 140.7 89.9 143.9 31.5 177.2 113.2 181.3 40.0 225.1 143.8 230.2 50.0 281.3 179.7 287.8 63.0 354.5 226.5 362.6 80.0 450.1 287.6 460.4 100.0 562.7 359.5 575.5 125.0 703.3 449.4 719.4 160.0 900.3 575.2 920.8 200.0 1125.4 719.0 1151.0 250.0 1406.7 898.7 1438.8 315.0 1772.4 1132.4 1812.9 400.0 2250.7 1437.9 2302.1 500.0 2813.4 1797.4 2877.6 The system offered for CLIN 0003 and 0004 must meet or exceed the following minimum requirements: Specifications for Enclosures for Acoustic Isolation - The dimensions of the acoustic enclosure shall be such that the SEMs can be easily maintained and operated. - The enclosure shall not be designed such that the operator must be inside the enclosure during operation. - The acoustic enclosure must be installable as an upgrade to the support structure with vibration isolation. However, installation of an acoustic enclosure shall not require modification of the support structure with vibration isolation. The SEM can be moved during installation of the acoustic isolation enclosure. - All SEM gauges, monitors, indicators, etc shall be easily visible from outside of the enclosure. - The acoustic enclosure for the JEOL shall be designed such that the operator can mechanically operate the stage or center the objective lens aperture while, at the same time, viewing the monitors on the console. - The enclosure shall have openings required for cables and hoses of the SEMs. - All materials used for the support structures and vibration isolation systems shall be rated for a Class 100 clean room environment. - All tools and procedures required to install the systems shall be rated for a Class 100 clean room environment. - The acoustic noise within the enclosure measured in the NIST AML NF shall not be higher than the following acoustical specifications. Frequency (Hz) dB 50 71.8 63 71.8 80 71.8 100 71.8 125 64.7 160 49.5 200 60.8 250 60.3 315 58.3 400 60.1 500 56.4 630 52.7 800 54.3 1000 60.2 1250 68.1 1600 66.1 2000 74.2 CLIN 0005: INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN?s 0001 and 0002: The Contractor must install the items and perform acceptance testing after they are delivered to NIST. This installation and acceptance testing shall occur at a date specified by NIST but within 6 months after the system is received by NIST Shipping and Receiving. This acceptance testing must be performed in the presence of the Contracting Officer?s Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the manufacturer. The COTR will indicate acceptance of the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED BELOW ARE MET, and the system is demonstrated to be fully operational and operate as intended by the manufacturer, and that it meets all specifications listed herein. The Contractor shall measure mechanical vibration characteristics of CLIN 0001 and CLIN 0002 after installation within the AML NF and meet the requirements described in the above technical specifications. CLIN 0006: INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN?s 0003 and 0004 The Government intends to award a Fixed Price order for a firm quantity with indefinite delivery terms. Once the award is made, the Contractor will have 120 days to deliver the equipment upon notification that the Government is ready to receive and install the equipment. The Contractor must install the items and perform acceptance testing after the equipment is delivered to NIST. This installation and acceptance testing shall occur at a date mutually agreed to after delivery of equipment. This acceptance testing must be performed in the presence of the Contracting Officer?s Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the manufacturer. The COTR will indicate acceptance of the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED BELOW ARE MET, and the system is demonstrated to be fully operational and operate as intended by the manufacturer, and that it meets all specifications listed herein. The acoustic noise characteristics of CLIN 0003 and CLIN 0004 shall be measured by the vendor after installation within the AML NF and meet the requirements described in the above technical specifications. The provision at FAR 52.212-1, Instructions to Offerors?Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION: OFFERS WILL BE CONSIDERED FROM MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) The offer must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under ?Current FAR? in either .html format or .pdf format. (2) The offer must include detailed specifications, drawings, and any other relevant technical information for CLIN?s 0001 through 0004. The specifications must show/specify the Vibration and Acoustic Isolation for JEOL JSM 6400 SEM and for the FEI Nova 600 Nanolab SEM. (3) The Offeror must provide at least three (3), but preferably five (5), past performance references for SIMILAR contracts/orders completed within the past 3 years (or which are currently being completed), to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number; (4) Offeror must indicate both duration of warranty AND nature of warranty offered for CLIN 0001 through 0004 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (5) DETAILED INFORMATION REGARDING HOW WARRANTY SERVICE WOULD BE PROVIDED, IF NECESSARY, BY THE CONTRACTOR AFTER AWARD, INCLUDING, AT A MINIMUM, RESPONSES TO THE FOLLOWING (A) THROUGH (D): (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for CLIN 0001 through CLIN 0004; (6) Indication of maximum number of days, after receipt of order, that CLIN 0001 through 0004 would be delivered to the NIST shipping and receiving dock; (7) List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of CLIN 0001 through 0004; and (8) List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical and acceptability of item offered, in terms of whether they meet or exceed the minimum specifications for this solicitation; (2) Past performance information for the Offeror (3) Evaluated price Non-price factors, when combined, are more important than price. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.DIAZ@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR CLIN 0001 through 0004 WILL ONLY BE MADE AFTER THE GOVERNMENT RECEIVES THE ENTIRE SYSTEM AND THEREAFTER ACCEPTS IT PURSUANT TO THE ACCEPTANCE TESTING REQUIREMENTS. THE CONTRACTOR MAY THEN SUBMIT A PROPER INVOICE FOR PAYMENT OF THE ITEM TO THE NIST ACCOUNTS PAYABLE OFFICE. (ADVANCE PAYMENTS WILL NOT BE MADE TO THE CONTRACTOR BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.DIAZ@NIST.GOV.
 
Record
SN00661968-W 20040902/040901034529 (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  © 1994-2020, Loren Data Corp.