Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

66 -- PHOIBOS 150 SCD ENERGY ANALYZER PACKAGE

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06157065Q
 
Response Due
8/9/2006
 
Archive Date
8/2/2007
 
Description
This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for Item 1, Qty. 1, PHOIBOS 150 SCD Energy Analyzer Package or Equal; Item 2, Qty. 1, Documentation; Item 3, Qty. 1, Installation, Checkout and Training and Item 4, Qty.1, Warranty of Item 1. Item 1 shall contain the following features and meet the salient characteristics listed below: ITEM 1: PHOIBOS 150 SCD ENERGY ANALYZER SYSTEM OR EQUAL Background: The subject energy analyzer package shall consist of, as a minimum,; an SCD energy analyzer, power supply/control unit, and computer control/data acquisition & processing software. Other detector types such as 2D-CCD, Mott Spin Detectors or Delayline Detectors shall be retrofittable without modification to the analyzer. This includes upgrades from single to multi-channel detection, 2D CCD detector, 3D delay line detector, and spin detector all which shall also have the capability to be done on-site without modification to the energy analyzer unit and fully integrated with existing software and electronics. ITEM I. PHOIBOS 150 SCD Energy Analyzer Package or equivalent consisting of: A. Hemispherical Energy Analyzer for XPS, UPS, Auger, SAM, ISS, LEISS shall include: ? Minimum of 150 mm analyzer mean radius ? and supplied on a DN100CF (6?) mounting flange ? and shall be capable of True 180? geometry ? an integrated ?-metal shield ? Single Channeltron Detector (that shall be Field-Upgradable to 9 channels on a later stage) ? Large working distance: shall be capable of lens-sample distance of at least 40 mm ? Slit sizes shall include: 7x20, 3x20, 1x20, 0.5x20 mm, 7mm, 3mm and 1 mm in diameter. ? Magnification factor of at least 2, 5 and 10 ? Smallest acceptance spatial area is less than 110 micrometers ? Acceptance angle shall: Be stepless adjustable with Iris aperture Range from ?1? or less to at least ?15?, ? Shall have count rates >300kcps @ 0.85eV, >900kps @ 1.00eV, >2Mcps @ 1.40eV FWHM for Ag3d5/2 and 300 W MgKa with working distance <15 mm (anode to sample) B. Digital controlled spectrometer Control unit: Shall include: ? bipolar operation (for minimizing settling times to less than 4 msec) ? 20 Bit D/A converters or better ? Ethernet interface for external control ? digital control of all voltages ? Four (4) electron energy detection ranges of at least 0-3500eV, 0-1500eV, 0-400eV, 0-40eV or better ? ion spectroscopy (ISS) greater than 3400eV ? computer interface for viewing of output voltages and currents ? minimum step width 80?eV or less in a range of 0-40eV ? CEM power supply greater than 3,400 Volts ? mounted in 19" standard rack housing (and include all connection cables) C. A separate pulse counting unit PCU 300 for SCD, MCD and spin detectors shall include: ? 24 bit counters or better ? adjustable dead time greater than 90ns ? threshold adjustable between 3mV or less and 95mV or greater ? counts of 9Mcounts/s or greater ? interface through CAN bus. D. Professional data acquisition software compatible with Energy Analyzer: Shall include: ? data acquisition and processing software package for Windows? NT, 2000 and XP (via standard Windows? GUI) ? FAT and FRR mode control ? independent energy interval variable energy scans ? set-up parameters storage for subsequent recall ? standard data export using ASCII and VAMAS format E. Data processing software for XPS, UPS, AES, ISS data Shall include: ? powerful, easily applied statistical modules: ? Analysis, Monte Carlo Methods, Principal Component Analysis, and Target Factor ? rapid accurate quantification for routine, repeat analysis ? transmission correction routines ? propagate models and processing across files ? copy & paste spectra and results into standard reporting software packages. The above software shall be compatible with a Pentium PC with at least 133 MHz, 64 MB RAM and 2 GB hard disk, Ethernet connection shall be fully supported. ITEM 2: DOCUMENTATION One set of comprehensive hardware and software manuals which may include but is not limited to user, system, troubleshooting, and maintenance. ITEM 3: INSTALLATION, CHECKOUT AND TRAINING A. The Contractor shall include all labor and travel expenses for installation and system performance verification at NASA Glenn Research Center (GRC) within 2 weeks ARO. The set-up shall insure that Item 1 meets all functionality specifications listed in this document. Set-up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.) B. The Contractor shall include a minimum of three days of on-site operational training within 3 weeks of delivery to coincide with the system verification. ITEM 4: WARRANTY As part of the system requirements, the Contractor shall provide a standard warranty. The provisions and clauses in the RFQ are those in effect through FAC 05-09. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334516 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of Items 1-4 shall be to the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 84 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 9, 2006, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The quoter shall submit literature with their offer that their product meets all the above features and salient characteristics. Tehnical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirements. All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D. Stolz not later than August 4, 2006. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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=22#121516)
 
Record
SN01104771-W 20060804/060802222000 (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.