|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1998 PSA#2076Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W.,
Washington, D.C. 20375-5326 66 -- VARIABLE TEMPERATURE ULTRA HIGH VACUUM SCANNING TUNNELING
MICROSCOPE (VTSTM) SOL N00173-98-R-JR05 POC Jerry Riles, Contract
Specialist, Code 3220.JR, (202) 767-2120, Wayne Carrington, Contracting
Officer WEB: click here, http://heron.rnl.navy.mil/contracts/home.htm.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in Federal Acquisition Regulation Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued.
This solicitation, N00173-98-R-JR05, is a request for proposal (RFP).
The incorporated provisions and clauses of this acquisition are those
in effect for Federal Acquisition Regulation (FAR) and Federal
Acquisition Circular 90-45 and for Defense Federal Acquisition
Regulation Supplement (DFARS) through Defense Federal Acquisition
Regulation 91-11. The small business size standard for this acquisition
is 500 and the SIC code is 3827. This acquisition is unrestricted. The
Naval Research Laboratory (NRL) has a requirement for CLIN 0001,
VTSTM- Variable Temperature Ultra High Vacuum Scanning Tunneling
Microscope. The VTSTM system is to be included as a key component of a
larger plasma processing science facility. The VTSTM must be
compatible with and operate, utilizing existing Oxford TOPS 2
electronics. The VTSTM variable temperature STM system shall consist of
the following: 1. Variable temperature STM head : i. UHV compatible STM
providing the capability for atomic resolution with lateral resolution
at .5A and perpendicular at 0.1A, on metal and semiconductors over the
temperature range of 300 K to 1000 K. ii. Coarse movement in X of 2.5
mm by piezo inertial drive motors. iii. Scanned area of 2 x 2 um. iv.
Low thermal drift exceeding 1nm per minute at 500K, with thermal
expansion compensation. v. Temperature measurement with accuracy limits
at +/-20K, using thermocouple located in sample holder vi. Temperature
measurement using thermocouple over entire temperature range. vii.
Allows for a temperature ramp up to 200 degrees Centigrade during
tunneling while keeping the area of the sample in view. viii. Access
for film deposition during scanning ix. Scanner (tip) and sample
exchange in UHV. x. Capability of scanning tip exchange without sample
movement. xi. Compatibility with Oxford Tops 2 electronics controller.
2. Vibration isolation: i. Integral vibration isolation system using
spring suspension with eddy current control. ii. Clamp mechanism to
lock STM for changeover of scanner assembly and sample. 3. Sample
transfer system: i. Sample pickup tool for scanner and sample exchange
to parking station and/or system transfer arm. ii. Parking station
with accommodations for 2 scanners and 2 sample holders. iii. Transfer
mechanism for interfacing with existing fast entry chamber. iv. The
sample temperature should be able to reach 1000K in the STM position
and 1550K in the preparation position. 4. STM accessories i. Two high
resonant frequency scanner assemblies incorporating a lightweight tip
mount with integral heat shield. ii. Two sample holders, incorporating
internal filament and thermocouple, for indirect sample heating, using
both radiative and electron beam heating. iii Power and temperature
controller iv. Automatic tip etch kit including: tip alignment jig,
power supply with automatic cut-off, connection leads and glassware. 5.
STM Chamber: v. UHV chamber with STMVT mounted on CF200 flange. vi. CCD
camera to monitor tip approach and to monitor placement of light beam
probe. Must include monitor. vii. CF100 tubulation housing the tip and
sample parking mechanism and transfer to load lock. viii. Viewports to
allow sample and tip viewing. 23/4 inch minimum size viewport, which
provides direct line of sight to sample and tip. A minimum of two ports
are required. 6. VTSTM system control shall be upgradable and capable
of operating from TOPS 2. Upgrade shall include: i. Windows 95 based
icon driven graphical interface with true 32-bit code for multitasking.
ii. Parallel processors and memory for simultaneous multichannel
acquisition from at least 8 x 16 bit ADC inputs with 14-bit offset and
scaling. iii. Microsoft Active X custom programming in Visual Basic
and Visual C++. iv.Digital feedback loop with dedicated processor. 20
bit Z axis DCA with 12-bit scaling and offset. v. High voltage
amplifiers with noise and ripple less than 1 mV ptp at a small-signal
bandwidth of 70 kHz vi. Tunnel current amplifiers with noise and bum
better than 1 pA ptp measured with a 1 ms time constant. vii. Tunnel
current control of 1 pA to 100 nA continuously variable viii.
Acquisition speed of up to 41,000 pixels/sen ix. Data processing and
analysis software including 3-D display, averaging, gradient, matrix,
and morphological filters; adding, subtracting, smoothing and FFT of
spectra; quantitative measurements of distances, angles, areas, line
profiles, etc; and image output in standard formats. Delivery and
acceptance is the Naval Research Laboratory, 4555 Overlook Ave. S.W.
Washington, DC 20375-5326, FOB Destination, no later than 6 months from
date of award. The FAR and DFAR provisions and clause sited herein are
incorporated by reference into this solicitation. Offerors are advised
to propose inaccordance with the provision at FAR 212-1, Instructions
to Offerors-Commercial Items. The proposal must demonstrate an
understanding of all requirements covered in the RFP's terms and
conditions. General statements that the offer can or will comply with
the requirements, that standard procedures will be used, that well
known techniques will be used, or paraphrases the RFP's Specifications
in whole or in part will not constitute compliance with these
requirements concerning the content of the technical proposal. Offerors
will be evaluated in accordance with FAR 212-2, Evaluation-Commercial
Items. The specific evaluation criteria under paragraph (a) of FAR
52.212-2 is: (1) price (2) technical capability of the item offered to
meet NRL's need (3) past performance. Technical and past performance
combined, are of equal importance compared to price. Offerors are
advised to include with their offer a completed copy of the following
provisions: FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items and DFARS 252.225-7000, Buy American
Act-Balance of Payments Program Certificate. The following FAR clauses
apply to this acquisition: FAR 52.212-4, Contract Terms and
Conditions-Commercial items, FAR 52.212-5, Contract Term and Conditions
Required to Implement Statutes of Executive Orders-Commercial Items.
The additional clauses that are applicable to this acquisition are FAR
52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35,
FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR
52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes Applicable to Defense
Acquisitions of Commercial Items, applies to this acquisition. The
additional clauses cited applicable to this acquisition are DFARS
252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, and DFARS
252.233-7000. Any contract awarded as a result of this solicitation
will be a DO rated order certified for national use under the Defense
Priorities and Allocations System (DPAS) (15CFR 700). Any questions
generated, as a result of this solicitation must be received no later
than 10 days before the closing date. Original and two (2) copies of
the Offerors proposal must be delivered to Contract Officer, Code
3220:JR, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:JR,
4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no
later than 4:00 p.m. E.S.T. on 25 April 1998. The package should be
marked RFP N00173-98-R-JR05, Closing Date: 13 May 1998. For more
information regarding this solicitation contact Jerry Riles, Contract
Specialist at (202) 767-2120. All responsible sources may submit a
proposal, which shall be considered by the agency. Synopsis number
JR05. EMAILADD: Contracts.nrl.navy.mil EMAILDESC: Click here to forward
a request via e-mail Cite: (W-259 SN122785) (0105) Loren Data Corp. http://www.ld.com (SYN# 0282 19980417\66-0004.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|