Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Silicon Drift Detector Energy Dispersive X-Ray Spectrometer & Software Control System

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0320
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Description
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 UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. 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 offerors may submit a quote. The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division, has a requirement for a Silicon Drift Detector Energy Dispersive X-Ray Spectrometer & Software Control System, hereafter referred to as an SDD, to be mounted on an existing JEOL JXA-8500F Thermal Field Emission Electron Probe X-Ray Microanalyzer. The SDD will be used for x-ray spectrometry and for high speed x-ray spectrum imaging to form compositional images. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each SDD, manufactured by Bruker AXS Microanalysis, or equivalent. The system must consist of the following equipment and software, or equivalent. The system must meet all of the salient characteristics identified herein. BRUKER PART NUMBER DESCRIPTION Q461-4x10b QUAD XFlash Detector 4040 Q471 QUANTAX Signal Processing Unit QUAD SVE III Q811 QUANTAX Workstation Class Computer Q820 19? TFT LCD Monitor Q801 QUANTAX IO-Scan System and Interface Adapter ZS002 Microsoft Office Basic Q101 ESPRIT Spectrum ESPRIT SOFTWARE Q111 ESPRIT Quant Q113 ESPRIT EQuant Q114 ESPRIT UQuant Q116 ESPRIT HS Quant IMAGING SOFTWARE Q201 ESPRIT Scan Q202 ESPRIT Vision Q206 ESPRIT ColorScan MULTI-POINT, LINE SCAN AND MAPPING Q205 ESPRIT MultiPoint Q203 ESPRIT Line Q208 ESPRIT QLine Q204 ESPRIT Map Q207 ESPRIT QMap Q210 ESPRIT HyperMap Q209 ESPRIT DriftCorrection SYSTEM ADMINISTRATION AND DATA TRANSFER Q126 ESPRIT Project Q121 ESPRIT Report Q124 ESPRIT User Q125 ESPRIT LAN Q122 ESPRIT SEMLink Q123 ESPRIT Support ZT004 Motorized Work Desk Installation, training and user manuals must also be included. SALIENT CHARACTERISTICS: 1. System must have a cluster of 4 discreet SDD elements with the performance specified in #2 below, combined in software for a composite spectrum. The strategy of 4 detector elements seeks to minimize the peak coincidence effects by enabling each detector to operate at 25% the speed of the desired output count rate; 2. Each SDD detector element must be capable of performing with a resolution of 133 eV (full peak width at half peak intensity, FWHM at Mn K alpha, 5895 eV) or better with a peaking time constant that permits an output count rate (OCR) of at least 100,000 counts per second (cps); The peak width measured at FWHM at Mn K alpha must be constant within plus or minus 5 eV up to a deadtime of 60 percent; 3. The peak channel value must be constant within plus or minus 5 eV up to a deadtime of 60 percent. The energy channel width for the spectrum used for this stability test must have a width of 5 eV/channel or less. Alternatively, the peak shape must be fit using a mathematical model (e.g. Gaussian, split Pearson, Voigt, functions), and the peak center must be constant within plus or minus 5 eV up to a deadtime of 60 percent; 4. Each SDD detector element must be capable of performing with an x-ray mapping resolution of 133 eV (FWHM at Mn K alpha, 5895 eV) or better with a peaking time constant that permits an OCR of 250,000 cps or higher for each chip. The peak width measured at MnK alpha must be constant within plus or minus 10 eV up to a deadtime of 60 percent. The peak channel value must be constant within plus or minus 10 eV up to a deadtime of 60 percent. 5. The hardware and software systems must be capable of both recording the output of each individual detector or combining the output of all four detectors into a composite spectrum, selectable by the user. The composite spectrum of all four detectors must have a resolution of 133 eV or better with a total OCR of 1,000,000 cps or higher. ADDITIONAL SOFTWARE REQUIREMENT Software must be flexible and adaptable to export formats for raw, unprocessed x-ray spectrum image data. Compatibility and interoperability with NIST?s existing analysis software is required. Specifically: (a) Complete disclosure and documentation of the native spectrum and spectrum image file format of the software. This will permit NIST to develop software to read and write these formats; (b) Alternatively, it must be possible to export the x-ray spectrum image file as a brick of bytes or raw file format which will consist of a continuous string of numbers, no header, no compression, no encoding to eliminate blocks of zeros, etc., spectrum by spectrum, row by row of the x-y scan. All of the numbers are in the same format, such as 16 bit signed integer, IEEE 8-byte real, 8-bit unsigned byte, etc. The raw file will be accompanied by a text file with the same name and .rpl extension. This is a NIST Lispix file that lists the characteristics of the raw file so that it can be loaded without human intervention. There are eight parameters, listed in the table below. CAPITAL LETTERS indicates the options for a parameter, rather than a description of the parameter. The order of the parameters in the .rpl file is important. Name Description Width number pixels per row integer Height number rows integer Depth number images or spec pts integer offset number bytes to skip asterisk integer Data-type SIGNED, UNSIGNED or FLOAT data-length number bytes per pixel 1, 2, 4, or 8 Byte-Order BIG-ENDIAN, LITTLE_ENDIAN, or DON?T CARE Record-by IMAGE, VECTOR, or DON?T-CARE This is an example RPL file. There are eight rows (lines) in the file, with two words or numbers per line, separated by a tab and any number of spaces. key value width 128 height 96 depth 101 offset 0 data-length 2 data-type signed byte-order little-endian record-by image Note - spaces between key and value should include one tab character. (c) The raw file from b must be written accompanied by a vendor- specified text file that includes the above information. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation, adjustment, or maintenance of the equipment. Qualified personnel must complete the installation. The Contractor shall be responsible for providing and installing all equipment necessary to mount and interface the SDD to the existing JEOL JXA-8500F Thermal Field Emission Electron Probe X-Ray Microanalyzer. The SDD shall be mounted on the JEOL 8500F on the number 4 port normally reserved for a wavelength dispersive detector (when facing the instrument, this port in at the 10:30 o?clock position). LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate a training session for four (4) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation. LINE ITEM 0004: WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required. Unlimited telephone support must be provided. On-site response and/or repair must be provided within 48 hours after notification of a warranty issue. Software updates shall be provided at no extra charge during the warranty period. DELIVERY Delivery, installation, and training shall be completed not later than 90 days from the date of award. Delivery terms shall be FOB Destination. 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. EVALUATION OF QUOTATIONS 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, 3) Past Experience, and Price. Technical Capability, Past Performance, and Past Experience, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Product literature shall be evaluated to verify that the instrument proposed meets or exceeds the salient characteristics specified herein and that the proposed equipment meets the needs of the Government in the same manner as the brand name. Test data shall be evaluated and utilized to further validate the specifications in the product literature. 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. Past Experience shall be evaluated to determine the extent of the Contractor?s experience in providing the same or similar systems for use in the same or similar applications as those described herein. The Contractor shall describe their experience in manufacturing, assembling and providing systems, and explain how their experience is relevant to providing the equipment listed herein. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (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) 52.222-35, 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; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. 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 salient characteristics stated herein. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; 3) Submission of Test Data: All quoters must provide the following test data as a part of their quotation. Test data must result from testing performed on the model of SDD identical in specification to that being proposed by the Contractor. Tests shall be performed and test data provided at no cost to the Government. a. Quoters shall provide detector element resolution data as a function of output count rate; b. Quoters shall provide resolution data as a function of deadtime; c. Quoters shall provide electronic versions of spectra in MSA 1.0 format as a function of deadtime; d. Quoters shall provide electronic versions of individual element spectra in MSA 1.0 format as a function of deadtime; e. Quoters shall provide an electronic version of spectra in MSA 1.0 format collected for 30 seconds at 1M cps; f. Quoters shall submit the total time it takes to collect a 1024 x 1024 pixel spectrum image at a minimum of 100,000 cps output count rate; g. Quoters shall submit documentation in support of export options identified under Line Item 0001, System Software. 4) Documentation of Past Experience; 5) 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; 6) A description of commercial warranty and; 7) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/ Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 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 3:30 p.m. local time on Wednesday, August 1, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Ship to:, NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD 20899
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01345240-W 20070720/070718220612 (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.