Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1998 PSA#2076

Naval 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