Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
MODIFICATION

66 -- High Speed, High Resolution Light Reflectance Instrument

Notice Date
4/4/2006
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0233
 
Response Due
4/6/2006
 
Archive Date
4/21/2006
 
Point of Contact
Andrew Perry, Purchasing Agent, Phone (301) 975-6317, Fax (301) 975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
andrew.perry@nist.gov, carol.wood@nist.gov
 
Description
The above referenced solicitation is hereby amended to changed the due date for quotations as follows: From: March 16, 2006 To: April 6, 2006 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. NIST Polymers Division is assembling a new light reflectance instrument that requires a light source, suitable high resolution spectrometer with high speed data readout. The application area is the direct measure of film thickness versus time for the dissolution of photoresist thin films on chromium coated substrates by absolute measure of reflectivity. The suitable spectrometer shall meet the technical and component requirements listed below; LINE ITEM 0001: High speed, high resolution light reflectance instrument including all of the following components and meeting all of the following required specifications: A. Light Source 1. Must have a single self-contained broadband light source covering the ultraviolet to visible and near-infrared is needed. The expected range shall be 200 nm to 1100 nm to cover expected applications; 2. The light source shall be stable to permit high-speed data acquisition on the order of sampling every 10 microseconds with total variation on intensity of less than 0.5 % over a period of the expected measurement time scale – 1 hour; 3. The light source shall be self contained preferably on a rack system and focused upon a single fiber optic bundle; 4. A regulated power supply shall be included; 5. The incident wavelength range shall be programmable by computer software as described in section 4.0; 6. An electronically-triggered (TTL pulse) programmable shutter shall be included; 7. The lifetime of the light source shall be between 900 to 2000 hours; 8. Two spare bulbs for the light source shall be included. B. Bifurcated Fiber Optic 1. A bifurcated fiber optic bundle shall (a) transmit the entire wavelength range and (b) recollect the reflected light; 2. The fiber optic bundle shall permit normal-incidence reflectance analysis; 3. The fiber optic shall be held in place by adjustable stage to allow manual alignment upon an existing sample cell; 4. The focused spot size shall be no larger than 500 microns in diameter; 5. The lifetime of the fiber optic shall be a minimum of 10,000 hours and shall not degrade upon continuous exposure light, in particular the ultraviolet. C. Spectrometer - I 1. The spectrometer shall couple to the fiber-optic bundle (Section B) by a single connection for analysis without any need for alignment; 2. The spectrometer shall be interchangeable between light source and personal computer interface. No additional alignment should be required; 3. All spectrometer optics (collimating lens, grating, and mirrors) shall be stable to the direct exposure of light, especially the ultraviolet; 4. The spectrometer shall provide a high spectral resolution decomposition of light covering 200 nm to 1100 nm, matching the characteristics of the light source; 5. The spectrometer shall provide a minimum optical resolution of 2.0 nm (full-width half-maximum) determined by the detector array and choice of grating; 6. The spectrometer shall be triggered (TTL pulse) by software to provide a high-speed measurement at programmable integration times; 7. Programmable integration times of 1 millisecond or faster is required by the detector array; 8. The spectrometer shall be rack mountable along with the light source. D. Spectrometer – II 1. A second dedicated spectrometer optimized for low light level fluorescence shall be included with spectral resolution decomposition of light covering 300 nm to 800 nm; 2. The spectrometer shall provide a minimum optical resolution of 10.0 nm (full-width half-maximum) determined by the detector array and choice of grating; 3. Programmable integration times of 15 milliseconds or faster is required by this detector array; 4. The spectrometer shall operate independently from the Light source (A) and Bifurcated Fiber Optic (B) and be powered by a USB connection to an existing computer; 5. This spectrometer shall include a fiber optic cable; 6. The spectrometer shall be rack mountable along with the light source. E. Data Readout and Interface 1. Spectrometer and Light Source must connect to a personal computer; 2. Spectrometer and Light source software shall be included to permit programming of integration times, data acquisition rate, and spectrometer wavelength range; 3. Spectrometer and Light Source software shall accept an external trigger for simultaneous data acquisition with coupled instrumentation; 4. LabView device driver libraries for Spectrometer I and light source shall be included; 5. LabView device drivers for Spectrometer II shall be included; 6. The data readout shall be collected by data acquisition boards and analyzed off-line by custom software. F. The Contractor shall provide a Computer. Requirements: 1. Processor Type: Dual Core, 64-bit processor running at 3.0 GHz 2. Memory: 4 Gigabytes Dual Channel DDR2 ram running at 533 MHz 3. Hard Drive: 320 GB Capacity (2*160GB hard drives in a RAID 0 configuration). Hard drives should be SATA 3Gb/s running at 7200 rpm with at least 8mb buffer 4. Optical Drive: 16X DVD +/- Double layer DVD writer with DVD writing software 5. Additional Drives: one 3.44mb floppy drive and one zip drive 6. Computer Interfaces: At least five (5) USB-2 Ports (one accessible from the front end), 2 IEEE-1394 ports (one accessible from the front), one Serial, two PS2 (for keyboard and mouse) and one Parallel port 7. Expansion Slots: 2 Available PCI expansion Slots; 2 PCI-Express*1 expansion slots 8. Graphics: PC-Express*16 graphics card with 256 MB onboard memory. Graphics card should be Directx 9.0c compatible. 9. Power Supply: 450Watts Power Supply 10. Networking: Integrated gigabit Ethernet 11. Keyboard: USB or PS2 keyboard 12. Mouse: Optical Mouse (USB or PS2) 13. Monitor: 17 inch flat panel LCD monitor 14. Operating System: Windows XP professional The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery shall be FOB Destination. Delivery shall be completed 14 days after receipt of order. FOB DESTINATION MEANS: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b) (10) and/or the offeror’s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-1 Buy American Act—Supplies; (26) 52.225-13 Restriction on Certain Foreign Purchases; and (31) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 5:00 p.m. local time on April 6, 2006. ***E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-06-Q-0233/listing.html)
 
Place of Performance
Address: CONTRACTOR'S SITE
 
Record
SN01021267-F 20060406/060404222421 (fbodaily.com)
 
Source
FedBizOpps 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.