Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOURCES SOUGHT

66 -- WAVELENGTH DISPERSIVE X-RAY SPECTROMETER (WDS) SYSTEM: INCA WAVE 500 MICRO-ANALYSIS SYSTEM

Notice Date
6/8/2005
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG05108341L
 
Response Due
6/23/2005
 
Archive Date
6/8/2006
 
Description
This notice is issued by the NASA/GSFC to post a Request for Information (RFI) to solicit information about potential sources for Wavelength Dispersive X-Ray Spectrometer (WDS) System: INCA WAVE 500 Micro-Analysis System: Fully focusing WDS spectrometer with 210mm Rowland circle and a 20 range of 33 degrees to 135 degrees; Four diffracting crystals on a six position, computer controlled turret, changeable; Dual proportional counters, receiving slit size and slit positioning for optimization of x-ray collection; Mechanical interface to SEM w/motorized gate valve; Pentium IV PC and monitor; 40Mbit IEEE 1394 serial communication Spectrometer Control Unit (SCU); Hight quality inkjet printer; Software for spectrometer control w/full qualitative and quantitative analysis; Energy+, Software for combined ED and WD analysis. 1. The WDS System shall be capable of being mounted to the 5-in by 7-in (approximate) WDS port on the existing Supra-50VP scanning electron microscope. 2. The preferred working distance of the mounted WDS is 8.5mm. The working distance of the mounted WDS shall be no less than 8.5mm. The working distance of the mounted WDS shall be no more than 13mm. 3. The WDS system shall be sealed such that it will withstand an SEM sample chamber pressure of 1 x 10-7 torr without leakage. 4. The WDS system shall not impose any mechanical vibration at the SEM interface when the WDS system is not in operation. 5. The WDS system shall not cause any physical interference with the specimen stage or detectors present in the SEM chamber. 6. The WDS system shall not cause any interference with the SEM or energy dispersive spectrometer system when the WDS system is not in operation. The WDS system may assume control of SEM functions as required during spectrum acquisition or x-ray map acquisition. 7. The WDS system shall be capable of detecting x-rays in the range 0.18 keV to 10 keV, with continuous coverage over the specified range. 8. The WDS system shall be capable of acquiring spectra with a nominal 300 pA electron beam impinging on the sample. 9. The WDS system shall utilize the diffraction of x-rays by crystal or layered targets to achieve wavelength dispersive x-ray spectroscopy. 10. The selection of the diffracting crystal(s) appropriate to a given energy range shall be performed by the WDS system. 11. Switching of diffracting crystals, when required, shall be performed by the WDS system. 12. The WDS system shall be capable of acquiring an x-ray spectrum over a user-selected energy range within the range specified above. 13. The WDS system shall display acquired spectra with intensity and energy axes. 14. Acquired spectra shall be scalable in both the intensity and energy axes. 15. The WDS system shall be capable of displaying the theoretical peak positions of the x-ray emissions of all detectable elements in the spectral range. 16. The WDS system shall allow the labeling of x-ray lines selected by the user. 17. The WDS system shall store or export spectra in a standard file type (e.g., TIFF, JPEG, et al.) for inclusion in electronic documents. 18. The WDS system shall be capable of performing quantitative analysis. 19. The WDS system shall be capable of communicating with the SEM in order to determine the magnification, accelerating voltage, and beam current condition. 20. The WDS system shall be capable of digital x-ray mapping for a minimum of 5 selected elements in addition to a captured secondary electron image. 21. The contracted cost of the system shall include on-site installation of the equipment at the Goddard Space Flight Center, Greenbelt, MD. 22. The contracted cost of the system shall include a one-year warranty on all parts and services or a one-year comprehensive service and maintenance agreement, the one-year period to begin on the date of acceptance. See attached "Technical Specifications." This synopsis is for information and planning purposes only. Subject to FAR Clause 52.215-3, entitled "Request for Information for Planning Purposes." The objective of this RFI is to promote competition and increase procurement's efficiency by improving NASA/GSFC's knowledge of industry capabilities. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet or exceed the requirement must submit the following: 1) Two hardcopies of your capability statement of 15 pages or less indicating the ability to perform all aspects of the requirements; 2) One electronic copy is also required via e-mail to Sandra.R.Harrell@nasa.gov; 3) Interested offerors/vendors may provide any relevant catalogs or other published product literature that may be generally available in hard copy form or on-line. There is no page limit for this information; 4) Provide a rough price estimate; 5) Advise if the requirement is considered to be a commercial or commercial type product. A commercial item is defined in Internet "Note A." In addition, responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Mark McClendon via e-mail at Mark.W.McClendon@nasa.gov. Procurement related questions should be directed to: Sandra R. Harrell via e-mail at Sandra.R.Harrell@nasa.gov. This notice constitutes all information for the Wavelength Dispersive X-Ray Spectrometer (WDS) System requirement that will be furnished at this time. Interested firms are requested to submit their capability statements to the following no later than 3:00pm, June 23, 2005 to Sandra R. Harrell, NASA/GSFC, Mail Code 210.3, Bldg. 11, Rm. S222, Greenbelt, MD 20771, e-mail: Sandra.R.Harrell@nasa.gov. When responding, reference RFI Number NNG05108341L. Documents, comments and questions may be forwarded to Sandra R. Harrell via electronic transmission or by facsimile transmission (301-286-9159). This RFI does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#115909)
 
Record
SN00825262-W 20050610/050608212756 (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.