|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 34 -- ION MILLING AND POLISHING SYSTEM SOL 53SBNB960102 DUE 061699 POC
Patricia Duggan, (301) 975-8007, FAX (301) 963-7732 WEB: NIST Contracts
Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL:
NIST Contracts Office, Contract@nist.gov. 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. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. The solicitation number is
53SBNB960102 and is being issued as a Request for Quotation (RFQ) using
Simplified Acquisition Procedures. This action is 100% set aside for
small business concerns. The Standard Industrial Classification (SIC)
Code is 3541. The small business size standard is 500 employees. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-11. The National
Institute of Standards and Technology (NIST) has a requirement for one
Ion Milling and Polishing System for the preparation of specimens for
transmission electron microscopy with wide electron transparent
regions. The design, physical, and performance characteristics of the
Ion Milling and Polishing System shall include the following: (1) The
ion guns shall be able to produce Argon ion beams with energies ranging
up to 6 kV and shall define the ion beam by focusing rather than a
cathodic aperture. (2) The specimen stage shall have the ability to be
cooled by liquid nitrogen such that the temperature of a highly
thermally conductive specimen will be as low as 120 K, while being
milled/polished. Further, a LN2 dewar system shall be employed to
provide cooling of the specimen to 120 K for a period of 3 to 4 hours.
(3) The specimen stage shall have the ability to provide sector
controlled milling for the preparation of cross-sectional TEM specimens
as well as full rotation for plan view TEM specimens. (4) The specimen
stage shall allow for specimen milling angles in the range of 0 to 10
degrees. (5) A clean vacuum system shall be employed to eliminate
hydrocarbons and oils; thus a turbo-molecular pump (not an oil
diffusion pump) is required. (6) The Ion Mill shall have an automatic
termination system. The terminator shall have both timer-based as well
as specimen perforation-based modes. As the Ion Mill is intended to
prepare (visible light) optically transparent materials (such as MgO),
an ion beam-based specimen perforation termination system is required
(no laser or photon detection-based termination). (7) The Ion Mill
shall have a micro-processor based control unit to provide accurate and
reproducible milling/polishing conditions. (8) The Ion Mill shall have
an installed base in North America of at least 5 units to ensure an
adequate supply of spares and consumables. Required delivery is FOB
Destination (Gaithersburg, MD) within 90 days after date of award. All
shipping charges shall be included in the quotation. The provision at
FAR 52.212-1, Instructions to Offerors -- Commercial Items, is
applicable to this acquisition. The Government will award a fixed price
purchase order resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors will be used to evaluate offers: (1) Technical
Capability, (2) Past Performance, and (3) Price. Factors 1 and 2, when
combined, are significantly more important than price. All responsible
sources may submit a quote which shall be considered by the Government.
All offerors shall submit the following with their quote: (1) technical
description and/or product literature; (2) a list of three contracts
completed during the past three years for identical items with the
following information: name of contracting activity, contract number,
total contract value, contracting officer, and telephone number; and
(3) a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items (available at
the Internet site www.arnet.gov/far). The following FAR clauses apply
to this acquisition: 52.212-4, Contract Terms and Conditions --
Commercial Items; and 52.212-5(a) -- Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items.
The following additional FAR clauses, which are cited in 52.212-5(b),
are applicable to this acquisition: 52.222-21, Prohibition of
Segregated Facilities; 52.226-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.225-21, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payments Program (Alternate I); 52.232-34, Payment by
Electronic Funds Transfer-Other Than Central Contractor Registration.
Department of Commerce Agency-Level Protest Procedures Level Above the
Contracting Officer may be downloaded at Internet site
www.nist.gov/admin/od/ contract/protest.htm. All interested responsible
firms should submit quotes by3:00 p.m. EDT on June 16, 1999. Quotes
should be mailed to the National Institute of Standards and Technology,
Acquisition and Assistance Division, 100 Bureau Drive, Stop 3572,
Gaithersburg, MD 20899-3572, ATTN: Patricia Duggan. Faxed quotes will
not be accepted. Posted 06/02/99 (W-SN338201). (0153) Loren Data Corp. http://www.ld.com (SYN# 0238 19990604\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|