Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

66 -- ENVIROMENTAL SCANNING ELECTRON MICROSCOPE WITH ACCESSORIES

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0211
 
Response Due
9/21/2006
 
Archive Date
11/20/2006
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-06-T-0211. This acquisition is issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 2005-12. (iv) The associated NAICS code is 334519. The small business size standard is 500.(v) The following is a list of contract line item number(s) and items, quantities and units of measure , (including option(s), if applicable): 0001  ESEM System IAW Work Statement Paragraphs 1.0  3.3 exclusive of 2.2.m - 1 Lot; 0002  ESEM Option. Optional Upgrade IAW with Work Statement Paragraph 2.2.m - 1 Lot; 0003  The Contractor shall provide for 4 one-year, separately priced options of an extended warranty to include all parts, labor, travel and perdiem. Option performance period(s), if exercised, are intended to start upon completion of initial warranty provided at time of award; 0003AA - Extended Warranty FY 08 to FY 09 - 12 months; 0003AB - Extended Warranty FY 09 to FY 10 - 12 months; 0003AC  Extended Warranty FY 10 to FY 11 - 12 months; 0003AD Extended Warranty FY 11 - FY 12 - 12 months; 0004  Contractor Manpower Reporting IAW Paragrapgh 4.0 . (vi) Description of requirements: WORK STATEMENT: 1.0 Background: The Army Research Laboratory (ARL) sample research effort needs includes moisture containing, wet, biological, semiconductor, and other non-conductive non-vacuum compatible materials. The imaging needs from these materials include secondary and backscattered electron [SE and BSE] images under wet sample conditions and scanning transmission electron [STEM] imaging of wet materials and SE and BSE imaging of other bio-nano without applyin g a conductive sample coating to the materials. To accomplish the ARL research objectives with the above described sample materials [as well as others], ARL requires a high resolution field emission gun [FEG] scanning electron microscope [SEM] that has a proven history of providing imaging conditions, imaging detectors, specimen chamber pressure control, sample temperature control devices and imaging results of these sample materials. Stable wet sample conditions in a SEM require sample temperatures of 0 degree Celsius and higher, specimen chamber pressures of at least 4.65 torr and the specimen chamber gas that is essentially 100 percent water vapor. 2.0 Minimum Requirements: 2.1 A Wet FEG SEM is required to include high vacuum, low vacuum [low pres sure/ less than or equal to2 torr] and higher pressure [at least 8-9 torr] specimen chamber pressure levels and modes of operation, with high vacuum SE, BSE imaging detectors, with SE and BSE imaging detectors in low vacuum at high and lower kVs, with SE, BSE and STEM detectors for imaging in the higher pressure mode. 2.2 The Wet FEG ESEM must have the following minimum features and capabilities: a. The Contractor shall ensure that FEG SEM system is a Schottkey type, and include a specimen chamber that a llows for a sample of at least 6 inches in diameter through the stage door, and a specimen chamber with 8 available ports, which are capable of simultaneous installation SE/BSE/EDS/cooling stage/EBSD; b. A stage that covers at least two inches of sample i n the X and Y directions; c. A stage that is drawer type [slides in/out of the specimen chamber versus fixed inside the specimen chamber]; d. The FEG SEM system shall include all the facility support items required for the installation [e.g. chiller, p ower transformer, etc.] House purified nitrogen purge gas, if required, will be supplied by the Government and available to the Contractor at the time of delivery and installation; e. The Contractor shall provide a pre-installation room survey to determine the best fit for the FEG SEM, which will assess the proposed rooms acceptability in terms of electro-magnetic fields, floor vibration and acoustical lev els. The Contractor shall notify the Government Technical Point of Contact two weeks prior to its planned survey effort; f. The Contractor shall ensure that the FEG SEM system is a PC controlled with Windows XP. The Contractor shall ensure that a knob ty pe box is included to provide duplicate control of PC keyboard/mouse functions such as image contrast/brightness, image focus/stigmation and magnification; g. The FEG SEM system shall have the same SE resolution at high kV for all three modes of operation [HiVac, LoVac, HiPres/wet].. The Contractor shall ensure that a resolution of 2 nm or less at higher kVs is provided; h. The FEG SEM system shall have a lovac mode lower kV lower than 5kV SE resolution specification; i. The FEG SEM system shall have a BS E detector that works in wet sample conditions at specimen chamber pressures of greater than 3-4 torr; j. The Contractor shall ensure that the FEG SEM system shall be able to record dynamic in-situ experiments using digital .avi file format; k. The FEG SE M system shall have a STEM detector for STEM imaging of wet samples under wet sample conditions; l. The FEG SEM system shall have a Charge-Coupled Device (CCD) camera that views the position of the sample inside the specimen chamber at low CCD magnificati on of 1x; m . OPTION: The Contractor shall provide a separately priced, optional upgrade for the following: The FEG SEM system shall have two (2) gas inlets that allow for simultaneous connection of two (2) different gases to allow for switching it via t he system PC user interface; n. The FEG SEM system shall have a Peltier type cooling stage module [or equivalent] to control in at least 0.1 degree Celsius increments over a temperature range of plus/minus 10 degrees Celsius from specimen chamber ambie nt temperature. The Contractor shall ensure that the control of the Peltier type cooling stage module is integrated in to the User Interface (UI) and is programmable from the UI; o. The FEG SEM system shall have an electrical feedthrough that is separate from the stage alarm, with an electrical connector of at least 7 pins; p. The FEG SEM system shall have a sample holder kit that includes one-half inch, 1 inch, and analytical mount type stubs; q. The FEG SEM system shall have an Energy Dispersive X-Ray S ystem [EDS] that is brand-name equivalent to the Oxford INCA 350 EDS system with regard to resolution, software capability, data acquisition, data analysis & image analysis capabilities; r. The Contractor shall ensure that the FEG SEM system has an image d atabase to provide a connection to the laboratory LAN and have a B type offline license for full use of the database software on at least one remote PC. The Contractor shall ensure that an image database system that also includes image analysis and measu rement capabilities is provided. The Contractor shall ensure that the FEG SEM system acquires and stores image files up to at least 3K x 3K pixels; s. The Contractor shall ensure that all electron optic functions and accessories described in 2.0 a.- r. ab ove and are controllable from a single keyboard/mouse, are able for viewing on no more than two LCD monitors, and are controlled by a single PC. 3.0 Shipping, Installation, Training, and Warranty. 3.1 The Contractor is responsible for shipping and insta llation of the system. The Contractor shall notify the Government 14 days prior to delivery of the system. The Contractor shall deliver the system to Building 207 (Zahl Physical Sciences) Room Z2D-22., where the installation shall occur. 3.2 The Contra ctor shall provide start-up training for up to 4 Government employees and provide a minimum of 4 days advanced applications training as scheduled by the user wi thin 12 months after installation. 3.3 The Contractor shall provide an EDS installation and vendor training course or advanced installation site training for at least two people for two days within 12 months of installation. 3.4 Contractor shall provide f or a one year warranty including all parts, labor, travel and perdiem. 3.5 OPTION: The Contractor shall provide for 4 one-year, separately priced options of an extended warranty to include all parts, labor, travel and perdiem. 4.0 Contractor Manpower R eporting. 4.1 The Contractor shall perform manpower reporting as follows: 4.1.1 The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following we b address: https://contractormanpower.army.pentagon.mil. The contractor shall include the following: (a)Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (b) Contract number, including task and delivery order numbe r; (c) Beginning and ending dates covered by reporting period; (d) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (e) Estimated direct labor hours (including subcontractors); (f) Estimated direct la bor hours paid this reporting period (including subcontractors); (g) Total payments (including subcontractors); (h) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC fore each sub-contractor if different); (i) Estimated data collection cost; (j) Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (The Army requiring activity is responsible for provided the contractor with its UIC for the pu rposes of reporting this information.); (k) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website; (l) Presence of deployment or contingency contract language; (m)Number of contractor and subcontractor employees deployed in theater this reporting period (by country); 4.1.2 The contractor shall also provide the estimated total cost (if any) inc urred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 3 October of each calendar year. 4.1.3 The contra ctor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries f ore each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (vii) Delivery is required CLIN 0001  desired 120 days after award; CLIN 0002  60 days after exercise of option; Optio n CLIN 0003 AA, AB, AC, AD  12 months after exercise of option; CLIN 0004  To be reported by 04 October of each year the contract is in effect. Delivery shall be made to: US Army Research Laboratory, 2800 Powder Mill Road Adelphi, MD 20783. Acceptance shall be performed at Adelphi, MD. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: The technical response mu st include full system published specifications and/or product brochures for the main components of the system; Wet FEG SEM, EDS. The technical response must also provide at least two references [USA based installations preferred] of the Wet FEG SEM being quoted, with preference for a configuration closest to the one being offered. The proposal must include published specifications that support the SE resolutio n for each mode. The proposal must list the cost for warranty for the Wet FEG SEM and for the EDS system to include all parts, labor, travel and perdiem for 4 one-year periods. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicab le to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical (demonstration that the offer has satisfied the specifications, and requested information under 52.212-1 is provided), P ast Performance (see 52.212-1 above for specific Past performance information required) and Price. Technical is considered to be equal in weight to Past Performance and Price. (x) 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. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Con ditions 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: 52.204-4 Printed Or Copied Doub le-Sided On Recycled Paper (AUG 2000); 52.204-7 Central Contractor Registration (OCT 2003); 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); 52.219-8, Utilization o f Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilitie s (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 w ith 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); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332); 52.247-64, Preference for Privately Own ed U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631); 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7021 Trade Agreements (JUN 2006) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.227-7015 Technical Data-- Commercial Items (NOV 1995) (10 U.S.C. 2320); 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321); 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227); 252.246-7000 Material Inspectio n And Receiving Report (MAR 2003) 252.247-7023 Transportation of Supplies by Sea (MAY 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631)(xiii) The following additional contract requirement(s) or terms and con ditions apply: 52.017-4400 Exercise Of Option (SEP 1999) The Contracting Officer may exercise the option(s) contained at CLIN(s) 0002 anytime prior to expiration of the first year warranty, and at CLINs 0003AA  0003AD anytime prior to the expiration of the previous warranty period. (End of clause) 52.032-4408 Distribution Of Invoices With Receiving Report (DFAS - OPLOC) (SEP 1999) The contractor shall forward invoices to the addresses below in a simultaneous mailing: (1) The original and two (2) copies of the invoice to the Defense Finance and Accounting Service. The address is: DFAS - ROCK ISLAND OPERATING LOCATION, ATTN: DFAS-RI-FPV BLDG 68, ROCK ISLAND ARSENAL, ROCK ISLAND, IL 61299-8000, EFT:T, Customer Service: 1-888-332-7742 (2) One copy to the Governments Technical Representative, addressed to: TO BE PROVIDED AT TIME OF AWARD, NOTE: All invoices must identify the CLIN under which payment is bein g requested. INVOICES WHICH DO NOT IDENTIFY THE PROPER CLIN(s) WILL BE REJECTED BY THE PAYMENT OFFICE AS IMPROPER. (End of clause) 52.032-4418 Tax Exemption Certificate (SEP 1999) Exemption certificate number 30005004 covers exemption from Maryland retai l sales and use tax. (End of clause) 52.032-4427 Electronic Submission Of Invoices  Payment By DFAS (AUG 2006) The contractor shall submit electronic payment invoice(s) in accordance with DFARs 252.232-7003. Until such time as the contractor has been n otified that Army Research Laboratory (ARL) is fully capable of utilizing Wide Area WorkFlow-Receipt and Acceptance, the contractor shall provide a copy of their invoice to ARL Management Accounting by fax: 301-394-2069, e-mail: ARL-INVOICES@ARL.ARMY.MIL, or by regular mail to: ARMY RESEARCH LABORATORY, Management Accounting Office, ATTN: AMSRL-CS-RM-FA, Invoice Processing, 2800 Powder Mill Road, Adelphi, MD 20783-1197, b. The invoice must include all of the following: 1. Name and address of the Contra ctor. 2. Invoice date. (The contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) 3. Contract number or other authorization for supplies delivered or services performed (including order number and co ntract line item number.) 4. Description, quantity, unit price, and extended price of supplies delivered or services performed. 5. Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms.) Bill of lading num ber and weight of shipment will be shown for shipments on Government bills of lading. 6. Name and address of Contractor to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment.) 7. Name (where applicabl e), title, telephone number, and mailing address of person to be notified in the event of a defective invoice. 8. Name of the cognizant COR listed in the contract. 9. Any other pertinent information or documentation required by the contract (such as evi dence of shipment.) (End of clause). 52.005-4401 Release Of Information By Manufacturers, Research Organizations, Educational Institutions, And Other Commercial Entities Holding Army Contracts (AUG 2006) Army Regulation AR 360-1, para 5-48 and Appendix D, prescribes Department of the Army policies on the review and clearance of materials proposed for release to the public by all entities holding Army contracts and/or assistance instruments. This clause is intended to provide safeguards against the accident al release of proprietary or classified information. The contractor shall forward the information proposed for public release, along with a cover transmittal letter, identifying the contract/instrument number, the specific information to be released, the m edium to be used, and the purpose of the release, to the cognizant Contracting Officers Representative. The Government will have no longer than sixty (60) calendar days to review the proposed release of information. During this 60-day period, the contra ctor and the Government agree to confer and consult with each other to ensure that no proprietary or classified information is released. The contractor shall assure that an acknowledgment of Government support and disclaimer of Government endorsement as s et forth below shall appear on each publication or presentation of material based on or developed under this program. These statements shall appear either on t he title/first page or the final page of such documents - 'The research reported in this document/presentation was performed in connection with contract/instrument W911QX-YY-C-NNNN with the U.S. Army Research Laboratory. The views and conclusions containe d in this document / presentation are those of the authors and should not be interpreted as presenting the official policies or position, either expressed or implied, of the U.S. Army Research Laboratory or the U.S. Government unless so designated by other authorized documents. Citation of manufacturers or trade names does not constitute an official endorsement or approval of the use thereof. The U.S. Government is authorized to reproduce and distribute reprints for Government purposes notwithstanding an y copyright notation hereon.' (End of clause) 52.011-4401 Receiving Room Requirement - ALC (SEPT 1999)At ADELPHI LABORATORY CENTER truck shipments are accepted at Building #102, Receiving Room, Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only. (End of clause). 52.012-4400 Current Technology Substitutions/Additions For Long Delivery Items (AUG 1999) The Contractor, upon commercial announcement of new components that can be technically and economically substituted or added for/to items l isted in Addendum B of this contract, shall offer said items for addition or substitution. These item(s) may be accepted at the option of the Government, provided at least equivalent performance with economic benefits or significantly enhanced performance at no additional cost per unit of capability accrues to the Government. The transaction shall be negotiated in accordance with FAR 52.212-4(c), Changes paragraph of this contract, but in no event will the price(s) for the particular item(s) be in excess of the established market price or the price charged to the Contractor's most favored commercial customer whichever is less. The offer of component substitution or addition shall be supported by the information shown below: (1) A description, in detail, of the differences between the existing contracted-for items and/or services and those proposed, and a specific analysis of the comparative advantages and disadvantages of each. (2) Specific items or services contained in the contract which must be change d if the proposal is adopted; e.g., if new equipment is offered to replace any currently installed, will the old be exchanged for the new, and on what basis. (3) A statement as to how the changes will affect performance, cost, etc., if adopted. The decis ion as to the acceptability of such a proposal shall be at the sole and exclusive discretion of the Contracting Officer and not subject to FAR 52.212-4(d), Disputes paragraph of this contract. (End of clause) 52.037-4402 Vehicle Registration (AUG 1999) C ontractor and subcontractors, if any, will be required to register all vehicles entering the Installation, including those belonging to their employees, with the Installation Security Office. (End of clause) 52.046-4402 MATERIAL INSPECTION AND RECEIVING R EPORT (DEC 2002) The DOD FAR Supplement clause at 252.246-7000, Material Inspection and Receiving Report, is incorporated in this contract (referenced in Section E, Inspection and Acceptance.) DOD FAR Supplement Appendix F, Tables 1 and 2 are applicable t o this contract. The Consignee copy specified in Table 1 should be sent to the following address: U.S. Army Research Laboratory TO BE PROVIDED AT AWARD (End of clause) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (D PAS) as NONE; (xv) The following notes apply to this announcement: NONE; (xvi) Offers are due on 21 September 2006, by 11:59PM, via email (preferred) at ted.weitzman@us.army.mil . (xvii) For information regarding this solicitation, please contact Ted Weitzman, 301-394-3165, ted.weitzman@us.army.mil .
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01142485-W 20060915/060913221553 (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.