SOLICITATION NOTICE
66 -- Scanning Probe Microscope Specifications
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Mid South Area SRRC, 1100 Robert E. Lee Blvd, New Orleans, LA, 70124, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-7B31-S-07-0016
- Response Due
- 8/31/2007
- Description
- Scanning Probe Microscope Specifications AG-7B31-S-07-0016 The USDA, ARS, MSA, Southern Regional Research Center, New Orleans, Louisiana intends to procure a scanning probe microscope built with modular design allowing the use of the same scanners in all platforms for stand alone, inverted light microscopy, environmental chamber and large stage operation. This is a combined synopsis/solicitation for commercial items identified below, 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; bids are being requested and a written solicitation will not be issued. Solicitation number AG-7B31-S-07-0016 is being issued as an Invitation for Bid. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Offerors are to provide a bid for the following: The scanning probe microscope should have the ability to use a large range closed-loop scanner and a small range scanner for applications ranging from textile and non-woven fiber analysis to protein quaternary structure/DNA imaging and force spectroscopy. The system should have at least the following minimum specifications: 1. Must support an environmental chamber to be integrated with the microscope head for fast sample loading, have a gasket seal for complete isolation of gases in the chamber from the scanner and have a minimum of four ports for gas and/or electrical connectors. The chamber must be constructed of optically transparent and solvent/acid/base resistant material to allow viewing of the sample during operation. The chamber should be air-tight at moderate positive and negative pressures (as opposed to a "purge chamber" requiring a continuous flow of gasses). The system must be compatible and tolerant of a condensing environment as well. 2. Heating and cooling options (minimum total range that can be covered is -30C to 250C) must be available for air and solution imaging. All heating and cooling options should be compatible with fluid cells and fluid operation or while under gaseous environmental control. Temperature control accuracy should be 0.1C or better. The system quoted should include an air/fluid sample heater with a temperature range from ambient to 250C. 3. All imaging should be done with a top down scanner (sample always stationary and tip/cantilever scanning) for sample size flexibility and adaptability of system to inverted light microscopes. This type of design also removes the danger of scanner damage from fluids. 4. All scanner and detector electronic components should be sealed from the sample environment. 5. System should be able to perform oscillating probe AFM techniques in fluid which include both quoted acoustic mode and optional magnetically coupled mode. 6. System should include current sensing AFM measurement capability (CSAFM). CSAFM shall have a detection sensitivity of 1nA/V and should be able to be carried out under controlled environment and/or controlled temperature in order to enable molecular resolution. All necessary components to perform this technique should be included. 7. The system must accommodate samples of at least 50mm x 50mm and have provisions for imaging samples on glass slides and cover slips. The system must be able to resolve the atomic lattice structure of Mica in contact mode deflection images in order to demonstrate high resolution capabilities of system. The system must be capable of the same atomic lattice structure resolution while on an inverted light microscope (Zeiss, Nikon, or Olympus). 8. System should include a fluid cell. Fluid cells must fit on interchangeable sample plates for heating, cooling, or Magnetic and acoustic AC modes. - Fluid cell should be constructed of Kel-F (or similar) and be available in Teflon. - Fluid cell should be held with quick clamping mechanism for fast assembly. - Fluid cells should be priced economically (< $200 US) so that they can be conveniently replaced or spares provided to prevent cross-contamination of biological experiments or allow multiple users to prepare for experiments simultaneously 9. Sample plates/holders must be interchangeable with options for heating, cooling, Magnetic and acoustic AC, or electrochemistry modes. - Must be compatible with fluid cells described elsewhere. - Must have quick clamping electrode holders for all EC electrodes. - Must have integral connector for electrochemistry electrode connections. 10. The system must have provisions for hermetically sealed scanner assemblies, with o-ring seals. Motorized vertical approach with the option of individual control of each motor for sample tilt compensation should be standard. Automatic, motorized engagement should be standard. 11. The system must be adaptable to inverted light microscope stage, stand alone, video microscope and environmental chamber configurations with the appropriate mounts. 12. Scanners must have interchangeable cantilever holders that are hermetically sealed from the environment and provide for the following modes of operation: STM, AFM, CSAFM, Oscillating probe/AC-AFM, EFM, LFM, MAC, MFM, etc. The system quoted should include such cantilever holders for AFM, CSAFM, AC-AFM, EFM, and MFM operation in air, fluid, controlled temperature, or controlled environments. The system quoted should include separate large range (90um x 90um x 7um) and small range (9um x 9um x um) scanners. Scanners and cantilever holders must allow a Z axis, 90 degree optical view for tip placement and laser alignment in air or under fluid. Large scanner must include closed-loop control of XY&Z axes with software selectable on/off switch. Toggling on/off the closed-loop control shall not require the user to stop scanning. 13. Sample environment must allow combinations of environmental conditions, such as electrochemistry, heating/cooling, and controlled gas/solvent environment without damage to the system. 14. System must include full computer control and software package running under Windows XP. Computer should connect to system via USB or similar in order for computer to be user replaceable or laptop driven, if so desired, in order to keep computer upgrade costs low. In addition to the common characteristics of SPM computers/controllers, the computer/software should support the following: o 32-bit Windows NT/2000/XP based software o Oscilloscope display of error signals and z bias o Independent buffer for simultaneous acquiring of 8 different images according to user specification o Up, down, and toggle scan directions o Hold slow scan axis o Free choice of data points up to 4096 x 4096 o Data points for spectroscopy only limited by computer hard disk storage o Automatic real-time display contrast adjustment for entire image o On-line cross-section display o Real-time distance and angle measurement o Real-time scan leveling (up to 4th order polynomial fitting) o ASCII data export o Support of multiple graphic formats, TIFF, JPEG, BMP, etc. o Vertical and horizontal single line FFT o Cross-section of any two image buffers can be overlaid o Cross-section can be saved in ASCII format o ?Servo off? option on all "data sources" (defection, current, topography, Vec, Iec, etc.) o VB scripting for imaging, spectroscopy, EC, and lithography o LabView interface for custom control o SPM I/O and control function library o DLL (dynamically linked library) for VB, LabView, and more. o LabView VI o Allow interface with external acquisition cards o Spectroscopy volume for STM, STM I/V, CITS, AFM I/V and force distance curves o Single and multiple CV plots o Allows overlay of curves o Integration under CV curve o Viewer in the "Open file" dialog box which allows the user to preview the buffer images before loading o Independent and complete post processing package with all popular functions such as leveling, filtering, profile, FFT, roughness, etc. o Automatic online software updating 15. Proposals should include a separate quote for items that may be purchased immediately or in the future. The separate quote should include all items required for: 1) Mounting of the system on a Zeiss Axiovert 200 inverted light microscope 2) Ambient-to-80C air and fluid sample heating for use on the inverted light microscope. Heater shall accommodate glass slides, cover slips, and small Petri dishes 3) Environmental control described in number 1 above All systems and components shall be provided with a one (1) year warranty from the date of installation. The warranty shall cover all system parts against manufacturing defect or failure during normal service. Warranty shall cover service labor and travel. Delivery of the unit by the instrument vendor must be within 30 days of award of contract. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID FOR CONSIDERATION. Bid prices shall include all necessary labor, parts, materials, and transportation necessary to delivered FOB Destination a Scanning Probe Microscope to USDA, ARS, MSA, SRRC, New Orleans, La. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/. FAR 52.212-1 Instructions to Offerors - Commercial, Far 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212.4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items apply to this acquisition. Offers are to include a 30 calendar day acceptance period. All bids are due by 2:00 (CST), August 31, 2007, at the USDA, ARS, MSA, SRRC, Acquisition Office, 1100 Robert E. Lee Blvd., New Orleans, LA 70124 or via e-mail ilirette@srrc.ars.usda.gov.
- Place of Performance
- Address: 1100 Robert E. Lee Blvd., New Orleans, LA
- Zip Code: 70124
- Country: UNITED STATES
- Zip Code: 70124
- Record
- SN01374594-W 20070818/070816220424 (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 |