Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOLICITATION NOTICE

66 -- Integrated Nanomanipulator/Nanoprobe System

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W71B7J-5011-6069
 
Response Due
2/23/2005
 
Archive Date
4/24/2005
 
Small Business Set-Aside
N/A
 
Description
1. 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; a written solicitation will not be issued. The solicitation number is W71B7J-5011-6069. This acquisition is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Ac quisition Circular 01-25. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within seven (7) days after date of publication of this synopisis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether t o conduct a competitive procurement. This acquisition is a sole source to Zyvex Corporation, 1321 N Plano Road, Richardson, TX 75081-2426 in accordance with FAR 6.302-1. The associated NAICS code is 334516. Place of Performance: US Army, Army Research L aboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197 and as outlined in the Description of requirements. 2. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Zyvex KZ100 Integrated Nanomanipulator/nanoprobe System; 1 ea , CLIN 0002 Keithley Model #6221 AC/DC Cu rrent Source; 1 ea, CLIN 0003 Keithley Model #2182A Nanovolt Meter; 1 ea. 3. Description of requirements: C.1 The Contractor shall deliver a fully integrated system comprising the following instrumentation, with associated specifications as follows: 1. Four (4) robotic manipulators/probers, mounted on a stage compatible for operation in the Army Research Laboratorys (ARL)s Hitachi model 4500 scanning electron microscope (SEM), with integrated control hardware and feed through cabling for electronic and mechanical manipulation. The Contractor shall ensure that: the robotic manipulators/probers have true Cartesian motion in the X-, Y-, and Z- direction, a positioning range of at least 12mm, fine positioning resolution of 5nm or better, and capabilit y for 360 degree continuous motion with at least 3 micro radian resolution; the manipulators/probers interchangeably serve as either gripper arms or electrical probes; and the overall system meets a peak-to-peak noise specification of less than or equal to 1pA. 2. Integration software that seamlessly integrates the specified robotic manipulators/probers stage to the motional control hardware and the electronics characterization instrumentation. 3. Labview software, with drivers to integrate the control of additional electronics characterization instrumentation. 4. An integrated oxygen plasma based anti-contamination system to reduce hydrocarbon levels within the SEM chamber. 5. Four (4) normally closed grippers capable of manipulation of nanoscale structures, operating in a voltage range of 0-10V, and having a full motional range of 0-10 micrometers. 6. 40 tungsten probes having 10nm tip radius of curvature. 7. A Keithley Model 4200-SCS Semiconductor Characterization System, configured with four (4) medium (100mA (at 21V, with resolution of 100nA (measure) and 5uA (source)) to 100nA (at 210V, with a resolution of 100fA (measure ) and 5pA (source)) power direct current (DC) voltage and/or current source/measure units (SMUs) and four (4) remote preamplifier modules. The Contractor shall ensure th at the SMUs are integrated with software to enable repeated functional device testing of nanoscale devices and that the electronics instrumentation are fully integrated with the specified robotic manipulators/probers stage. 8. A Keithley Model 595 DC capacitance/voltage meter. 9. A Keithley Model 6221 AC/DC current source. 10. A Keithley Model 2182A nanovolt meter. 11. Spare parts kit for the nanomanipulator/prober control system, including two (2) controller PC boards and four (4) end effector plugs/adapters for the robotic manipulators/probers. C.2 INSTALLATION: The Contractor shall perform a preliminary site-visit within two (2) weeks from award of purchase order at ARL to establish the precise configuration of the nanomanipulator/nanoprobe stage geometry relative to existing scanning electron microscope instrumentation. The Contractor shall perform installation at ARL within six (6) to eight (8) weeks from award of purchase order. The Contractor shall coordinate the installation with the assigned Technical Point of Contact (TPOC). The Contra ctor shall demonstrate successful installation by the ability to position and perform four-point probe electronic characterization of a known conducting nanofiber (e.g., a carbon nanotube or equivalent structure) provided by ARL as Government Furnished Mat erial (GFM). C.3 TRAINING: The Contractor shall provide two (2) days of on-site training at ARL. C.4 WARRANTY: The Contractor shall provide a standard warranty to include parts and labor for a period of one year from the date of demonstration of full operational compliance with the Statement of Work. C.5 EXTENDED WARRANTIES: The Contractor shall provide the following extended warranties commencing after the warranty defined in C.4: a. 1-year extended warranty for the integrated robotic manipulators/probers stage, control hardware and software, and anti-contamination system. b. 1-year extended warranty for Keithley Model 4200-SCS, c. 3-year return calibration service for Keithley Model 4200-SCS C.6 GOVERNMENT CONSIDERATIONS:: The Government will provide the following consideration in concert with the Contractors requirements described above. C.6.1 The Government will provide user feedback about instrument performance, reliability, and desired future features when contacted by the Contractor. C.6.2 The Government will serve as a beta site for new products to enhance performance of the S100 based on their availability from the Contractor and relevance to the system as determined by the Government. C.6.3 The Government will serve as a system capabilities reference site for written inquiries made by interested parties submitted via the Contractor. 4. Delivery is required eight (8) weeks after award of purchase order. Acceptance shall be performed at Army Research Laboratory, Adelphi, MD 20705 by a Government Representative. 5. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None 6. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause a t 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ord ers - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52 .222-36, 52.222-37, 52.232-33, DFARS 252.205-7000, 252.225-7012, 252.232-7003 and 252.243-7002. Clauses and provisions can be obtained at http://www.arnet.gov. 8. The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.004-4408, 52.005-4401, 52.032-4415, 52.032-4418, 52.005-4401, 52.037-4400, 52.037-4402, 52.037-4403, AMC-Level Protest Program (Oct 1996) and US Army RDEC OMAC  Adelphi Contracting Division Website. Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. 9. The following notes apply to this announcement: None. 10. Offers are due on 23 Feb 05, by 3:00 pm, Eastern Standard time, via email to cwinkler@arl.army.mil. For information regarding this solicitation, please contact Christi L. Winkler, Contract Specialist, 301-394-3385, cwinkler@arl.army.mil.
 
Place of Performance
Address: US Army, Army Research Laboratory 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00753002-W 20050218/050217080322 (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.