Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

66 -- UHV ELECTRON COLUMN SYSTEM

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334411 — Electron Tube Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07209794Q
 
Response Due
8/13/2007
 
Archive Date
8/6/2008
 
Small Business Set-Aside
N/A
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. GENERAL SPECIFICATION : Ultra High Vacuum Scanning Electron System The Contractor shall furnish a complete fully integrated system comprised of items #1 and #2 name brand components or equal; 1) UHV electron column - FEI pn 18540, or equal - 1 each, 2) BDS-200 beam delivery system - FEI pns 4035 272, and pn 92561, or equal - 1 each, and 3) Manuals, Demonstration, Operational Instruction and Telephone Technical Support ? 1 job . SPECIFICATIONS The Ultra High Vacuum Scanning Electron System main components, Electron Source Column (Item #1) and Control Electronics (Item#2), shall be manufactured by the same OEM and demonstrated by the Contractor as a complete fully integrated rack mounted system as a stand alone system prior to delivery to NASA GRC and then upon delivery to show it conforms to the below requirements. Item#1 shall include a UHV compatible two lens, focused electron column with electronically variable beam defining aperture and integral column isolation valve (CIV) with attached IonPump and rack mountable IonPump Control Electronics. This system shall include a system-integrated detector for secondary electrons and ions, each with an associated electrical UHV-feed through, pre-amp and power supply. UHV ELECTRON COLUMN FEI pn 18540, or equal shall meet the following salient characteristics: The electron column shall be of the two lens, electrostatic focused electron beam column type with beam crossover contained within the column. Shall be supplied on a standard UHV 4.5 inch Conflat Flange. Shall include electronic interlocks on Lens 1, Lens 2, and High Voltage Cap as a minimum. Shall have at least a nominal magnification range of 100X up to and including 100,000X, continuously variable with 1X increments within the stated range. Shall have a demonstrated Minimum Feature Resolution of 20 nm or smaller as specified at a beam energy of 25,000 volts or less. The stigmation voltage required to achieve the above specified minimum feature resolution should be no greater than plus or minus12 volts as measured during the specific unit-testing. The beam stability shall be such that the beam-current drift shall be not greater than 5 per cent in 12 hours. Leak rate of Electron Source column shall be less than 1 x 10E-10 mbar L/s and fully consistent/compatible with maintaining an ultra-high vacuum of at least 5x10-11 mbar as later verified in the required, existing government owned Ultra High Vacuum System. Electron Gun region vacuum shall be no greater than 5x10E-9 Torr as maintained by supplied vacuum Ion Pump with baffle and Ion getter-pump-elbow hardware. The supplied Ion Pump shall be at least a diode type, whereas a triode type is preferred, with a required minimum pumping speed of 25 liters per second and supplied on a standard 2.75 inch conflat type metal seal flange. UHV Electron Column Maximum bake temperature shall be at least 185 degrees Celsius with CIV in a locked-open position. The emitter type shall be of Schottky field emitter with 2D alignment motion. The specified emitter source lifetime shall be a minimum of 5,000 hours. Replacement of the emitter source shall be accomplished without ?breaking vacuum? of the main UHV chamber by closing the included CIV with subsequent separate evacuation and bakeout of the gun region and high voltage conditioning prior to returning the electron column to service by opening the CIV. The High Voltage Reliability shall meet the following minimum requirements: shall provide a minimum of 12 hours of arc-free operation at the following operating conditions: V(B) = 25kV,I (blank) = 100 nA. The beam stability shall be no greater than 5percent drift over a 12 hour period under the following conditions: V(B) = 25kV, V(S) = -300V, I(B) = 0.7 mA/sr, T=1800 K. The horizontal field of view shall be at least 1mm at 25,000 volts and at a 25mm or less working distance. The working distance shall have a range of 5mm or less and up to 25mm or greater. Beam voltage range shall be user selectable and have an adjustable range from 1,000 volts to at least 25,000 volts. Extractor voltage: 0-10,000 volts. Suppressor voltage range: 0 volts to ?1,500 volts. Beam current range: 0.1 nA to 100 nA The beam current density shall be at least 300 Amps per centimeter squared. The beam deflection type shall be post lens electrostatic octopole deflection or superior for scan, shift, and stigmation control and shall accept a maximum control voltage range of plus or minus 150 volts.. The stigmation and focus voltage wobblers shall provide a minimum of 360 degree beam rotation. Shall implement two mid-column steering quadropoles for column alignment. The electronically variable aperture (EVA) shall be controlled via Lens 1 voltage with a controllable beam current minimum range from 0.1nA to and including 100 nA . The electron gun isolation valve shall be air (or ?inert gas?) actuated using a nominal pressure of 80 psig and located on the beam axis between gun and lower column. Beam blanking shall be accomplished via 5V TTL input to actuate electrostatic plates with a faraday cup current monitor and shall provide a blanking speed of 100 nanoseconds or less. BDS-200 BEAM DELIVERY SYSTEM BDS-200 beam delivery system - FEI pns 4035 272, and pn 92561, or equal, shall meet the above required specifications and the following specifications: Shall be manufactured by the identical OEM as the UHV Electron Column above. Shall include the following components capable of meeting or exceeding the stated Electron Column (Item#1) requirements (including future OEM Ion Column) and related specifications: All connecting cables and hardware to effectively produce a fully functional integrated system with the Electron Column and Detector hardware. Shall include a Digital High Voltage Power Supply (HVPS) and Rack Mountable Controller for the Electron Column. The HVPS shall be computer controllable via supplied computer software, additionally controllable using a supplied built in command language using a standard serial communication port (e.g. RS232, RS485) and/or using an OEM supplied manual interface rack mounted control box. Shall include complete control of Electron column (including similar full control of future ion column) to generate patterns (using supplied Pattern Generator and Image Engine). Shall include a computer system complete with operating system and GUI (Graphic User Interface) for implementation of all Column Defection control (for both Electron and Ions) including applications for Pattern Generation using a supplied Image Engine, and all Electron Column controls and settings. Shall include a rack mounted monitor for Beam Current. Shall include all control electronics and readout electronics for the Electron/Ion Detector including pre-amp, power supply, cables, and computer interface control. Shall include all cables and power supply and controls that are rack mounted (in a standard 19 inch rack) for included Ion Pump. Shall include an OEM supplied Calibration table. INFORMATION TO BE FURNISHED The Contractor shall furnish, within 2 weeks after date of award, any and all information necessary to allow the Government to prepare the site. The Government will bring the electrical and (other utilities) to within 3 feet of the installed Ultra High Vacuum Scanning Electron System. MANUALS The Contractor shall provide operational manuals that shall be written in English. Two (2) sets of operator manuals shall be included which shall document operation and maintenance of the Ultra High Vacuum Scanning Electron System. All software documentation required to operate/program/diagnose the Scanning Electron System shall be included. DELIVERY, INSTALLATION, and CHECKOUT The Contractor shall install the Ultra High Vacuum Scanning Electron System onto an existing government owned vacuum chamber at NASA GRC within 2 weeks after delivery. Actual date(s) of installation shall be by mutual agreement between the Government and Contractor. The Contractor shall, within 1 week after installation, demonstrate that the Ultra High Vacuum Scanning Electron System performs in accordance with the above specification. If necessary, the Government will provide the materials etc. for the performance test. DEMONSTRATION, OPERATIONAL INSTRUCTIONS, AND TELEPHONE TECHNICAL SUPPORT a. Demonstration at Contractor?s facility: The Contractor shall perform a minimum 2-day checkout and demonstration at its facility which will be witnesses by 2 Government engineers. Actual dates for the demonstration shall be by mutual agreement between the Government and Contractor. The Contractor shall furnish the demonstration test results to the Government. In the event the demonstration can not be witnessed by the Government, the Contractor shall perform it and mail the demonstration test results along with a certification signed by the Contractor that the system performs in accordance with the specifications. b. Immediately after system installation onto the government owned vacuum chamber at NASA GRC, the Contractor shall provide equipment checkout, demonstration of specifications, and at least 2 days of operational instructions at the GRC installation site for 2 government personnel. The operational instructions shall include, as a minimum, the safe set up, operation, maintenance, and programming of the Ultra High Vacuum Scanning Electron System. c. The Contractor shall furnish technical support for a minimum of 30 days after equipment setup, and demonstration of the complete system at the Government?s facility. This may be via telephone or other electronic methods. DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 16 weeks from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether the are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 2005-18. The NAICS code 334411 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 10, 2007, 4:30PM GRC local time and may be mailed to NASA Glenn Research Center, Attn: Debbie Giavasis, 21000 Brookpark Road, MS: 500-319, Cleveland, OH 44135, and include on the envelope the solicitation number. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers Are NOT acceptable. A copy of a published price list, catalog price or computer page printout showing the price for the UHV Scanning Electron System may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, ?Instructions to Offerors?Commercial Items.? Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive. If responding to best value criteria 1, provide the contact information including phone number of the firm the Offeror has prior successful integration of a system the same as being procured under this RFP. If responding to best value criteria 2, provide a price for both a 16 week delivery and for the shorter delivery schedule. State what the shorter delivery schedule will be. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: ?The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.? The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov . FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-4, ?Contract Terms and Conditions?Commercial Items,? (Feb 2007) is applicable. FAR 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,? (June 2007) is applicable. As prescribed in 12.301(b)(4), insert the following clauses: (only applies if X precedes clause) x 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). x_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). _X 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X _ 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. _X_ 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ 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.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTION Evaluation?Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis. Selection and award will be made to that offeror whose offer will be the most advantageous to the Government, with consideration given to the following factors ratd in order of importance: (1) Technical capability of the item(s) offered to meet the specifications, (2) Past Performance, (3) Schedule, (4) Price and best value requirements. The best value criteria (BVC) are: (1) previous sale of a UHV scanning electron system meeting or exceeding the above stated minimum specifications to another firm or government agency, and (2) a delivery schedule shorter than the 16 weeks required above. References complete with contact information furnished by the Offeror will be used to ascertain meeting BVC 1. An Offeror proposed shorter delivery schedule and price for it will be used for BVC 2. Selection and award will be made on an aggregate basis for all the items listed. The awardee is required to have a technically acceptable offer and have acceptable past performance. Technical acceptability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical acceptability, schedule and past performance, when combined, are significantly more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. MISCELLANEOUS Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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 can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
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#126158)
 
Record
SN01363776-W 20070808/070806222034 (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.