Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

66 -- Table Top Scanning Electron Microscope

Notice Date
8/2/2007
 
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
SB12341-07-RQ-0410
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. 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 being procured using full and open competition. Simplified acquisition procedures shall be utilized. The National Institute of Standards & Technology (NIST), has a requirement for a Tabletop Scanning Electron Microscope (ttSEM) System to add additional metrology and imaging capability to the Clean Room Facility at the Center for Nanoscale Science & Technology (CNST). All equipment must be new. The ttSEM System is a highly condensed version of a typical scanning electron microscope (SEM) which, in general, is a more complex system in terms of both installation and operation. It is envisioned that the tabletop version will complement the analytical instrumentation currently installed in the clean room by bridging the ease of use of an optical microscope while providing the imaging capabilities of an SEM. The system shall be designed for use in a research and development clean room laboratory operating at a Class 100 cleanliness level. All interested quoters shall provide a quote for the following line items. LINE ITEM 0001: Quantity one each Tabletop Scanning Electron Microscope System, including all of the following components and meeting or exceeding all of the following required specifications: ELECTRON OPTICAL SYSTEM 1. Accelerating voltage of the system shall be at least 15 kV or more (i.e. 20 kV); 2. The high voltage stability at maximum accelerating voltage of the system shall be plus or minus 0.1 percent per hour or less (i.e. 0.05 percent per hour); 3. The imaging system shall utilize solid state backscattered electron detector; 4. The system must provide image magnification of at least 10,000X or more (i.e. 20,000X). MECHANICAL SYSTEM 1. The system must have sample load capability to accommodate substrates up to 50 millimeters in diameter; 2. The system must have stage traverse ranges of at least 15 millimeters in the X-direction and 15 millimeters in the Y-direction; 3. The system must accommodate samples as thick as 5 millimeters; 4. The system chamber shall be pumped using an appropriately sized turbomolecular pump with suitable mechanical pump backing. The sample pumpdown from atmospheric load to imaging vacuum level shall be less than five minutes; 5. The overall maximum size of the main imaging unit shall be no larger than 400 millimeters in width, 600 millimeters in depth, and 600 millimeters in height. SYSTEM CONTROL AND SOFTWARE 1. The system control shall be PC-based and supplied with all necessary system control electronics (including computers and display monitors) for image capture and data processing; 2. The control system shall make use of a computer-based graphical user interface and shall be in the English language; 3. The system shall be supplied with an ethernet port for LAN access. GENERAL REQUIREMENTS 1. All equipment, connections, power supplies, electrical cords, etc., shall meet all applicable United States electrical and associated safety and health code requirements relative to the described equipment; 2. The system shall be provided with two complete copies of all schematics, installation requirements and instructions, as well as operating and maintenance manuals. All documentation shall be provided in English; 3. The system shall be tested and inspected at the seller?s site to ensure that all technical requirements of this specification have been met. All test /inspection activities shall be documented and provided (in person, via mail, or via e-mail) to the NIST Technical Contact (To be identified upon award) prior to shipment of the system. This documentation shall be reviewed to ensure that all minimum specifications have been successfully met. NIST reserves the right to have a representative present during test/inspection activities. The Contractor shall notify the NIST Technical Contact a minimum of 30 days before conduct of testing at the seller?s site. NIST?s attendance at the Contractor?s on-site testing shall not, in any way, delay the Contractor?s test schedule; 4. No first articles shall be accepted. Contractors must be able to document that at least three ttSEM systems have been sold prior to this solicitation. LINE ITEM 0002: INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all minimum specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. The equipment shall be installed in a Class 100 Clean room. NIST shall review the Clean Room protocols with the installation personnel before installation commences. LINE ITEM 0003: TRAINING: The Contractor shall provide training on-site at NIST Gaithersburg for NIST personnel. This training may commence immediately upon completion of installation and demonstration of specifications. Training shall include, at a minimum, a thorough demonstration of all equipment functions, equipment operation which will allow NIST personnel to operate the system to its full capabilities, and basic troubleshooting. Installation and training must be scheduled, in advance, with the NIST Technical Contact, (to be identified upon award.) LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty on installation and equipment. The warranty shall be on-site, or return to Contractor, as determined by the Contractor. All parts and labor shall be included. For on-site warranty issues, all travel shall be included. For return to Contractor warranty issues, shipping charges and risk of loss for shipments to and from NIST shall be the Contractor?s responsibility. NIST requires the system be operational to the maximum extent practicable. Therefore, the warranty must include all of the following: -Not later than 5 business days from the time the problem is reported to the Contractor, the Contractor must respond to NIST and restore operation such that the system is functional and usable for its intended purpose. This restoration may be achieved through a temporary measure such as on-site repair, technical workaround, or loaner equipment (at no charge to the Government). -The permanent repair must be completed not later than 30 days from the date the problem is reported to the Contractor. -If necessary, the Contractor shall ship (or otherwise deliver) loaner equipment to NIST. The Contractor shall assume all responsibility and liability for shipments of equipment to and from NIST. -The Contractor shall provide telephone support during regular business hours of 7:00 AM ? 5:00 PM Eastern Time. -During the warranty period, at least two service visits shall be provided by the Contractor for routine preventative maintenance. LINE ITEM 0005 ? OPTION LINE ITEM ? SERVICE CONTRACT The Contractor shall provide a price for a one-year service contract. If exercised, the service contract shall commence upon expiration of the warranty. The terms of the service contract shall be identical to the warranty. Delivery, installation, and training must be completed not later than 90 days after receipt of order. 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. 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. TECHNICAL CAPABILITY 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 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. PROVISIONS AND CLAUSES 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: 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; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act?Free Trade Agreements?Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) Documentation that at least three ttSEM systems have been sold prior to this solicitation. 4) 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. 5) 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Tuesday, August 14, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility.
 
Place of Performance
Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01359932-W 20070804/070802220456 (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.