Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- Atomic Force Microscope

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS09AE59
 
Archive Date
9/30/2009
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 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 (FAC) 2005-36. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a total small business set-aside. A. The United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory has a requirement for an Atomic Force Microscope for use in scientific research of soil, natural organic matter, and plant studies. All interested Contractor’s are invited to respond with a quotation package addressing all line items in accordance with the following: Line Item 0001: Quantity One (1) atomic force microscope. All equipment must be new. Used or remanufactured equipment will not be considered for award. Atomic Force Microscope: Performance: Must be able to visualize particles with sizes ranging from 1 nm to 10 micro on glass, graphite or Mica. AFM Modes and Options: - Must be able to perform Contact, Non-Contact, and Tapping Mode AFM in air and liquid without changing and removing the scan head and the scanner; - Must be able to perform with “Constant force mode” and “constant height mode.” Microscope: -Noise Floor, Z (open loop) <0.05 nm rms; -Closed-loop XY noise <1.5 nm rms @ 1kHz; -Z-linearizer noise <0.25 nm rms @ 625 Hz; -Open-loop XY drift <1 nm/min; -Closed-loop XY drift <3 nm/min; -Must have a non-vertical beam bounce laser scheme for open optical access. AFM Stage: - Must accept sample sizes up to 50 mm by 50 mm and 18 mm height; - Must have motorized Z-axis stage. Operation: - Must use mechanic clip for probe mounting; - Must be able to change cantilevers or samples without removing scan head. Imaging: - Capable of both height and phase images; - Capable of two- and three-dimensional images of soil or organic matter particles that must be visible in different colors. Controller Electronics: - Must have digital-to-analog converters for scan control in X, Y and Z; - Must have ultra-low noise high voltage amplifier (0.4 mV over 400V scan), Controller-Computer connection via industry standard USB2; - Must have software controlled lock-in amplifiers with separate amplitude and phase outputs; - Must have 8 dedicated 100 kHz 16-bit A/D converter. Computer: -Computer operating system must be Windows-XP; -DVD +/- Reader/Writer; -Video graphics board with Dual PC Monitor Support; -Video capture capability for onscreen display of microscope camera. Data Acquisition Software: - Capable of displaying at least 16 imaging windows, (eight types of data scanned in forward and reverse directions); - Must have generalized multi-channel spectroscopy capability; - Must have generalized multi-meter signal display capability; - Must be able to sweep frequency in both directions in AutoTune; - Must have Phase adjustment capability to set the Phase to zero at the operating point; - Capable of displaying external signals as images or spectroscopy data. Installation and Training: The Contractor shall provide onsite installation for the atomic force microscope. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the microscope, and demonstration that AFM meets all required specifications. The contractor shall schedule and conduct one (1) training session for two (2) technical personnel. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed immediately after installation and demonstration of performance specifications, but not later than 30 days after installation. Warranty: The Contractor shall provide a minimum one (1) year warranty on all components including on-site repair. All costs including parts, labor, travel, and other expenses necessary for repair will be borne solely by the contractor at no additional cost to the U.S. Government. Optional Line Item 0002: Service Contract, this line item is an optional line item and the Contractor shall provide pricing for this line item. The price quoted for this line item shall be effective for a period of one year from the date the warranty commences. The Government may exercise this option line item at its discretion at any time during the one year warranty period. The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the commercial warranty. The terms of the service contract shall be identical to the terms of the initial warranty period. (One (1) year Service Contract on all components including on-site repair. All costs including parts, labor, travel, and other expenses necessary for repair will be borne solely by the contractor at no additional cost to the U.S. Government.) B. Delivery shall be provided not later than 120 days after receipt of an order. Delivery shall be FOB Destination. The contractor shall deliver all line items FOB Destination to the United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory, University of Maine, Orono, ME 04469-5753 within 120 days after award. C. Award will be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor, 2) Past Performance, 3) Price. Technical capability and past performance, when combined, are approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Information provided will be evaluated as to whether the offeror has demonstrated that its proposed equipment meets or exceeds all specifications. Quoters shall address all specifications & clearly document that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical specification, a determination will be made that that it does not. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3 references with contact information to whom the same or similar equipment has been provided. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. D. Provisions and Clauses: *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** Offerors must be registered in the Central Contractor Registration database via the internet at http://www.ccr.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database at time specified for award, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov (Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.) 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, (8) 52.219-6, (10) 52.219-8 (12) 52.219-14, (18) 52.219-28, (19) 52.222-3, (20) 52.222-19, (21) 52.222-21, (22) 52-222-26, (23) 52.222-35, (24) 52.222-36, (25) 52.222-37, (26) 52.222-39, (32) 52.225-3, (34) 52.225-13 Restriction on Certain Foreign Purchases; (39) 52.232-33, (40) 52.232-34, (41) 52.232-36. 52.217-5 -- Evaluation of Options E. ALL QUOTES MUST INCLUDE THE FOLLOWING: 1) An original of a quotation which specifically addresses each of the required specifications to include installation and training requirements; 2) An original of the technical description addressing required specifications and/or product literature; 3) Description of commercial warranty; 4) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. F. All quotes shall be received not later than 3:00 PM local time, on September 15, 2009, at the USDA-ARS, 2217 Wiltshire Road, Kearneysville, WV 25430, Attention: Timothy Smearman. Questions must be forwarded in writing via e-mail to tim.smearman@ars.usda.gov Telephone inquires, E-mailed quotes and Faxed quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS09AE59/listing.html)
 
Place of Performance
Address: United States Department of Agriculture, Agriculture Research Service, New England Plant, Soil, and Water Laboratory, University of Maine, Orono, ME 04469-5753, Orono, Maine, 04469, United States
Zip Code: 04469
 
Record
SN01945493-W 20090910/090909084741-cd9a7f2bd69c9382bce862d99bff5718 (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.