Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

66 -- ENERGY DISPERSIVE X-RAY MICROANALYSIS SYSTEM

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-10-223-SOL-00301
 
Archive Date
9/1/2010
 
Point of Contact
Roy E. Mutch, Phone: 404-253-1258
 
E-Mail Address
roy.mutch@fda.hhs.gov
(roy.mutch@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Purchase Order for an Energy-Dispersive X-Ray Microanalysis System. The requirements will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation: Proposals are being requested and a written solicitation will not be issued. The solicitation number is FDA-10-223-SOL-00301. This solicitation is issued as Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) is 334516. Contract Type: Commercial Item-Firm Fixed Price. All responsible sources may submit a quote which shall be considered. The Food and Drug Administration is soliciting the following: 1. IE450P50 INCA EnergySEM 450 - Energy Dispersive X-ray Microanalysis system -1ea 2. Trade-in of PGT/IMIX system 3. NSEGR INCA Energy installation and software familiarization. Includes one credit towards tuition at EDS training facility. WARRANTY: 12-month parts and labor warranty. REQUIREMENTS: The Energy Dispersive X-ray Microanalysis system must be a full featured, Energy Dispersive X-ray Microanalysis system which MUST fit and be fully compatible for use on an FEI - Quanta 600 Environmental Scanning Electron Microscope. The Energy Dispersive X-ray Microanalysis system (detector and spectrometer) must be fully operational in all SEM pressure modes (high vacuum, low vacuum and ESEM). The system shall be delivered with all necessary supplies and accessories required for installation and start-up. Installation and operational training shall be included. The system must be a newly manufactured unit, not used and refurbished or previously used for demonstration. The system must be warranted for parts and labor for 12 months from the date of installation. HARDWARE: The Energy Dispersive X-ray Microanalysis detector must include an analytical Silicon Drift Detector (SDD) with: •The detector is to have a Silicon Drift detector (SDD) chip with a 50mm2 active area. •The SDD sensor should be mounted in a vacuum within the detector. •The detector should have an ultra thin window capable of detecting elements down to Beryllium. •Detector resolution is required to be a minimum of 129 eV at MnKa. •The detector is to have Peltier (electronic) cooling with no additional devices. •The detector is to be motorized for both insertion and retraction. •Detector should be manufactured to meet or exceed ISO9001 standards. X-ray acquisition hardware shall: •Have IEEE1394 based connectivity with system computer for high speed data transfer. •The digital pulse processor will be capable of processing count rates in excess of 200,000 cps with no spectral distortion. •The system must provide accurate and consistent quantitative analysis results at count rates ranging between 1,000 to 100,000 cps •The processor will include a “zero” energy stabilization and correction to permit accurate positioning of low energy peaks. •Spectral range will be 0 – 10 keV or 0 – 20 keV with 1024 or 2048 channels and 5, 10 or 20 eV per channel. Image and map acquisition hardware: •The X-Y beam positioning will permit +/-2V swing to +/-12V swing. •The system must permit X-ray mapping. •External beam control must be provided by the system. COMPUTER: The EDS system must be PC operated and shall include a full-color, flat screen monitor (19” minimum), and good quality color printer and Windows XP software platform for all data acquisition, analysis and reporting. EDS software should include: •The EDS software should be 32 bit and running within a Windows PC environment and should be compatible with Windows XP. •Qualitative analysis software shall include auto peak ID and overlay of up to 8 spectra •Software must be capable of overlay of spectra collected at different eV per channel ranges. •The software will permit both manual and automatic peak ID. •Quantitative analysis shall allow mixing of standard and standardless calculated results in the same analysis. •The software must provide the ability to position the beam (by single point, box area, or manually selected area) on an image to acquire spectra or reconstruct spectra from maps. •Automated spectral acquisition for multiple points or regions must be included. •Digital X-ray mapping and line scanning must permit acquisition and storage of an entire spectrum at each pixel point •The software should permit selectable elements for map display and changeable during acquisition and during post processing. •Mapping software should allow coloration and mixing of maps.from both live and stored data. •The analysis software must allow for automatic compensation for image drift during the acquisition of maps, line scans and spectra. •Software must include fully compatible control of the microscope beam and SEM stage for the unattended collection of X-ray data. •The software must provide stitching or montage-type features for maps and images collected by automated analyses. •The software should be capable of automatic searches of the stored database to match spectra. •Data output should be available to templates permitting spectra, images, maps and quant data to be printed to a single page. The user must be able to define and customize the templates or worksheets ultimately exportable to a standard format and into Microsoft Word. •Data should be directly exportable into TIF, JPG, BMP, HTML and EMSA formats. •Data output directly to an extranet format shall be standard. •The EDS software should include full multi-media user help including interactive tutorials and on-screen, “clickable” instructions. FOB: Shipping Point - Origin. Company must be registered in Central Contractor Registration (CCR) before an award could be made to them. If the company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offeror-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision a FAR 52.212-2 Evaluation-Commercial Item is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of this provision are as follows: (i) Technical capability described to "Meet or Exceed the Requirement", (ii) Price. The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer comforming to the solicitation will be the most advantageous to the Government. Technical factors and price considered. The Govenment is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive materials necessary for the Government to determine whether their instrument meets the technical requirements. The Government reserves the right to make an award without discussions. The provision at FAR 52.212-3, Offeror Representation and Certification-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Excutive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this solicitation are applicable: 52.222-3; 52.222-19; 52.222.21; 52.222-26; 52.222.36; 52.225-1; 52.232-13; and 52.232-34. Clauses and provision can be obtained at http://www.acquisition.gov. Offers are due in person, by postal mail, by email or fax on or before August 17, 2010, 15:00pm Eastern Daylight Saving Time. Local Prevailing Time in Atlanta, GA at Food and Drug Administration OSS/PB, Attn: Roy E. Mutch, 60 8th Street, NE, Atlanta, GA 30309. For information regarding this solicitation, please contact Roy E. Mutch @ (404) 253-1258, or email roy.mutch@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-10-223-SOL-00301/listing.html)
 
Place of Performance
Address: FDA/FCC, FRANK PLATEK, 6751 STEGER DRIVE, CINCINNATI, Ohio, 45237, United States
Zip Code: 45237
 
Record
SN02238379-W 20100814/100812235242-91417d354d2bbc2d5280f71d17c0af12 (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.