Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

66 -- Energy Despersive X-ray Analysis

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1 Kansas Street, Natick, MA 01760
 
ZIP Code
01760
 
Solicitation Number
W91A2K-2216-1025
 
Response Due
9/4/2012
 
Archive Date
3/3/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This 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.The solicitation number is W91A2K-2216-1025 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-04 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Natick, MA 01760 The APG - Natick SPS requires the following items, Meet or Exceed, to the following: LI 001, EDS Instrument Specific Requirements: The contractor shall deliver the EDS instrument which has the following performance characteristics: (1) A liquid nitrogen-free Silicon Drift Detector (SDD) cooled with integrated thermo-electric cooling system with no cooling fans to provide a vibration-free detector design and have a 50 mm2 or larger active area designed for usage on an Environmental/Variable Pressure SEM. Resolution guaranteed on Mn K?-129eV, F K?-67eV, and C K?-57eV at 50,000 cps count rate which maintaining maximum of 50% dead time. The system shall be able to detect elements from Boron to Americium. (2) Comprehensive hardware and software tools to acquire x-ray data, perform qualitative and quantitative analysis, image capture, image centric analysis, x-ray spectral mapping, and report results. This EDS system shall include technologies that are able to acquire and process data in seconds and give real-time analysis for elemental identification and composition determination. It shall include a filtered least squares fitting algorithm for removing x-ray background from the spectrum, and perform peak ID and calculate peak areas automatically with minimal operator input. It shall include the pulse pile up correction and drift correction. (3) A complete hardware chain approach to determine precise position, resolution and shapes of all element peak profiles to enable standardless quantitative analysis even for peaks with overlapping signals from different elements. (4) Two graphs for each time constant of the quoted SDD: (a) Output count rate versus Input count rate (the ?dead time?) and (b) Resolution versus Input count rate. (5) A system that will enable user to acquire, analyze, and report data simultaneously. (6) A system that will have the ability to acquire image up to 4Kx4K pixel resolution. (7) A system with the ability to acquire multiple images from the microscope, and it shall have the ability to acquire images simultaneous from the secondary electron and backscattering electron detectors. The system shall be able to overlay images from different sites of interests (8) A system able to do multiple point spectrum acquisitions and be able to queue the multiple acquisitions. The system shall be able to acquire spectrum from different regions of interest shaped areas, e.g. circular, rectangular, elliptical, or freehand areas. (9) A system with the ability to acquire 4Kx4K x-ray spectral maps, and perform phase mapping. The system shall allow data analysis while map is acquired and offline processing. (10) The Government desires an integrated FET (field effect transistor) in SDD structure to achieve high count rate and low dead time., 1, EA; LI 002, Install the EDS instrument on the Government-owned ESEM located at NSRDEC and Conduct training to 3-4 primary users., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, APG - Natick SPS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. APG - Natick SPS is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/713fe116b76718d790201931e89ea7c6)
 
Place of Performance
Address: Natick, MA 01760
Zip Code: 01760
 
Record
SN02866928-W 20120906/120905000823-713fe116b76718d790201931e89ea7c6 (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.