Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,2000 PSA#2530

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

66 -- RESEARCH GRADE SCANNING ELECTRON MICROSCOPE SOL N00173-00-R-AT01 POC Evangelina R. Toledo, Contract Specialist, Code 3220.AT, (202) 767-2021, Wayne Carrington, Contracting Officer E-MAIL: Click Here, TOLEDO@CONTRACTS.NRL.NAVY.MIL. 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, N00173-00-R-AT01 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 97-08 (excluding 97-07) and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 and the SIC code is 3826. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, a Research Grade Scanning Electron Microscope (SEM). The required instrument shall meet or exceed the following specifications: (1) Computer Control: The SEM shall be computer controlled with a PC based system running Windows 95 or Windows 98 for compatibility and ease of use by a diverse range of staff scientists. An alternative would be the Windows NT systems for increased security. The software shall include auto focus, auto stigmate, auto alignment, with all major instrument functions under computer control. It must offer at least a 1024X768 or higher non-interlaced screen resolution on a 20" monitor. The unit shall be capable of image overlays in the form of standard and custom data zones, it shall also allow all operation parameters to be displayed. Annotation, line width, point to point and graticule measurements shall be supported on screen. Image parameters such as gray scale, image profiles, pseudo color and quarter screen image modes shall be supported. Hardcopy shall be by video printer and image transfer using an Ethernet 100/10 capability. In addition the archiving shall be by both hard disk locally or remotely and also by a high-speed writable CD-R or CD-RW device. The system shall be powered by a Central Processing Unit (CPU) at least 400 MHz or better, preference to CPU speeds in excess of 500MHz. Ram must be at least 256MB of high speed Dual-In Line-Memory-Module (DIMM) ram. An 8Gigabyte hard drive is considered to be the minimum requirement. Instruments with a cordless keyboard and mouse preferred. The system shall have a dye sublimation printer for high quality image output, Mitsubishi CP-800DK or equivalent. (2) Physical Characteristics: Power shall be 200-240V or 120V 60Hz; consumption not to exceed 3.5kVA; it shall operate at an ambient temperature of 15-30C and humidity of 20-60%; and AC Magnetic Field shall be at least 3mG capable at 60Hz. The pumping system shall include a rotary pre-pump and turbo molecular pump, it shall not be by a diffusion pumped system. Pumpdown times of 3.5 minutes or less are required. Resolution must be <3.0 nm with the required LaB6 emitter. (3) Magnification range shall be between 5X and 300,000X continuously variable in coarse and fine modes. (4) The system shall include the ability to specify user definable table entries for ease of individual use. (5) The system shall offer auto-compensation for magnification with changes in working distance and acceleration voltage. (6) Bias shall be automatically adjusted with acceleration voltage compensation. (7) The system shall have automatic preset gun run up. (8) The system shall have automatic gun alignment. (9) The system shall have removable liner tubes for ease of cleaning. (10) The system shall have prove current adjustment. (11) The system shall offer enhanced depth of field. (12) The system shall have a conical objective at least 45o. (13) The system shall have automatic focus. (14) The system shall have automatic stigmate. (15) The system shall have dynamic focus mode, focus compensation and rotation compensation. (16) The system shall have 5 axis motorized stage with touch alarm. (17) The system shall have secondary electron detector, and backscatter electron detector. (18) The system shall have Joy stick controller and Haskris chiller Model R050 air colled. The system shall include an Energy Dispersive X-ray (EDS) microanalysis unit, to include all software for EDS analysis, fast elemental mapping, image manipulation and measurement. It shall be PC based and integratable with the primary SEM instrument. It shall either use primary display screen of instrument or a separate high-resolution color monitor of at least 17" diagonal screen, preference to screens that are larger or which are Liquid Crystal Display (LCD) flat panel. The system shall include a year on-site parts and service guarantee for all systems from point of acceptance, a minimum of 16 hours training for the SEM and 24 hours of training for the EDS for at least one operator. Full documentation of operating instructions and repair/maintenance manual must be included. Contractor must provide a standard commercial warranty, including an offer of extended warranty as provided in customary commercial practice. The contractor will be required to certify that the offered equipment will perform precisely as described in this specification. All capabilities must be demonstrated during the initial installation and will be reviewed prior to final acceptance of the instrument. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB Destination, no later than 90 days from date of award. The FAR and DFAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, 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 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) price, (2) technical capability of the item offered to meet NRL needs, and (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 Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR52.203-6, 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 apply to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. 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) (15CFR700). 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 Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220.AT, 4555 Overlook Ave., S.W., Washington, D.C., 20375-5326 no later than 4:00p.m. E.S.T. on 10 March 2000. The package should be marked RFP N00173-00-R-AT01, Closing Date: 10 March 2000. For more information regarding this solicitation contact Evangelina R. Toledo, Contract Specialist, (202) 767-2021. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number AT01. EMAILADD: Contracts.nrl.navy.mil EMAILDESC: <A HREF="mailto:Contracts.nrl.navy.mil">Click here to forward a request via e-mail Cite:</A> Posted 02/02/00 (W-SN421098). (0033)

Loren Data Corp. http://www.ld.com (SYN# 0263 20000204\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page