Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,2000 PSA#2560

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- DIGITALLY CONTROLLED SPECTROMETER CONTROL UNIT SOL 53SBNB060063 DUE 041200 POC Kathy Fain, Contract Specialist (301) 975-6337, or Alba Sanchez, Contracting Officer (301) 975-6344; 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER 53SBNB060063 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is not set aside for small businesses. The SIC code is 3829 and the related small business standard size is 500 employees. The National Institute of Standards and Technology (NIST) has a requirement for a FULLY DIGITAL spectrometer control unit for a VSW CLASS 100 hemispherical analyzer with variable magnification lens currently in use at NIST. The Contract Line Item Number (CLIN), specifications, quantity, and unit issue are as follows: CLIN 0001, HAS 3000D digital spectrometer control unit for VSW-CLASS 100SCD VM5000 lens hemispherical energy analyzer with the following features: 68332 micro-controller with 32kByte memory in FLASH technology for external program download, 20 Bit D/A Converters for controlling and read-out of spectrometer voltages with high precision, CAN-Bus interface for external computer control of the power supply, digital control of all voltages, storing and recall of complete spectrometer set-ups, electron energy detection range (XPS,AES):0-3000eV, minimum step size 3meV, separate pulse counting unit for single channel, adjustable dead time between -2 ns and 100 ns, threshold adjustable between -2mV and 100mV, count depending drift of threshold <0.2 meV for count rates up to Mcounts per second, CAN-Bus interface for external data processing, Channeltron power supply 0-3kV, 1.5mA, 19" rack mounting, connecting cables, NOISE RIPPLE OF <10mV DESIRED, NOISE RIPPLE<50mV REQUIRED, one (1) each; CLIN 0002, High resolution UPS module,energy range 0-300eV, minimum step size 48 microvolts, NOISE RIPPLE,1mV DESIRED, NOISE RIPPLE,5mV REQUIRED one (1) each; CLIN 0003 software for complete control of experimental set-up (analyzer mode, lens parameters, scan parameters, etc.) and data acquisition via the FULLY DIGITAL spectrometer control unit, along with capabilities for data processing and data presentation for XPS, UPS, AES, and ISS with: control of FAT, FRR spectrometer modes, variable energy scans consisting of independent energy intervals, data export/import using standard ASCII code, Auger and ESCA database, element identification, quantification, depth profile display, integration, differentiation, de-convolution, smoothing, curve fitting, background subtraction (linear, Shirley, Tougaard) peak shifting, satellite subtraction, color printer support, one (1) each; CLIN 0004: set of installation and instruction manuals; ethernet connection support, one (1) each; CLIN 0005 users licenses, four (4) each; CLIN 0006 warranty for all components except wear parts for one (1) year. The vendor shall deliver all items FOB Destination to NIST, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. Required delivery time is four (4) weeks after award of the purchase order. Inspection and acceptance by NIST end users will take place on site immediately after delivery. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are equal in importance and shall be used to evaluate offers: 1) Technical Capability to meet the Government's needs; 2) Past Performance. Additional consideration will be given to those offerors proposing desired specifications. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additionally, the clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (16) 52.225-3, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page at http://www.nist.gov/admin/od/contract/agency.htm. Other clauses that apply to this acquisition are 52.227-19, Commercial Computer Software -- Restricted Rights, and the Year 2000 Warranty -- Commercial Supply Items: the contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g. hardware, software, firmware) used in combination with such listed product properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. All offerors shall submit the following: 1) Three (3) copies of quotation which addresses CLINs 0001-0006; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) full description of the proposed user licenses; 4) Two (2) copies of most recently published price list(s); 5) A list of three contracts completed during the past three years for similar equipment with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Feb 2000) which may be found at http://www.arnet.gov/far/loadmain52.html . All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Kathy Fain, Building 301, Room B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be received by 3:00 p.m. local time on April 12, 2000. Faxed offers will not be accepted. See numbered Note 1. Posted 03/16/00 (W-SN435252). (0076)

Loren Data Corp. http://www.ld.com (SYN# 0265 20000320\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page