Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605

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

66 -- AUGER ELECTRON SPECTROMETER SYSTEM SOL 53SBNB060091 DUE 053000 POC Fred Ettehadieh, Contract Specialist, 301-975-8329, Teresa Reefe, Contracting Officer, 301-975-6364. 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 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. Solicitation number 53SBNB060091 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 (FAC) 97-17, with the exception of items IV and V. This acquisition falls under Standard Industrial Classification (SIC) Code 3826 and the related size standard is 500 employees; however, this acquisition is unrestricted. The National Institute of Standards and Technology's (NIST's) Electron and Optical Physics Division has a requirement for an Auger Electron Spectrometer System which will be used for chemical analysis of thin film growth. The system shall meet or exceed the following minimum performance specifications and features: 1) shall include a two stage cylindrical mirror analyzer with a working distance of 55 mm from end of spectrometer to sample; 2) shall be mounted on a 6" OD CF flange and must be 460 mm long from flange knife edge to end of spectrometer, ie. 515 mm from flange to sample with 55 mm working distance; 3) shall have an OD less than or equal to 100 mm; 4) shall have a variable energy resolution from 100 meV to 6 eV, selectable via computer control; 5) shall be relatively insensitive to sample working distance over a 3mm range from the 55 mm working distance; 6) shall have an integrated coaxial 0-5 keV electron gun with x and y deflection capability; 7) shall be supplied with a control unit to run the spectrometer; 8) shall be supplied with an IBM compatible PC computer interface for complete computer control of the spectrometer and Auger data acquisition, all computer boards shall be PCI type, the system shall operate under Windows 98 operating system, (PC computer will be supplied by NIST); 9) shall allow for analog mode of operation with lock-in detection (lock-in will be supplied by NIST, the successful offeror shall supply the appropriate preamp and accessories); 10) shall allow for pulse counting mode of operation, the vendor shall supply the appropriate preamp and accessories; 11) shall include software for control of the spectrometer and Auger data acquisition; 12) shall include software for Scanning Electron Microscopy; 13) shall include software for Scanning Auger Microscopy; 14) the instrument shall come with appropriate sources and all necessary cables, the cables shall be of appropriate length to meet NIST's needs; 15) the offeror shall supply an overall drawing of the spectrometer with dimensions in the quotation; 16) the offeror shall supply complete and detailed documentation for all hardware and software. The successful offeror shall provide: 17) a minimum of one-year warranty inclusive of parts and labor and onsite technical support as required. The Contract Line Item Numbers (CLINs), quantities are as follows: CLIN 0001, Auger Electron Spectrometer System, one (1) each; CLIN 0002, installation of the system at NIST, Gaithersburg, Maryland, one (1) each; CLIN 0003, training at NIST, Gaithersburg, Maryland consisting of 12 hours of onsite training, one (1) each. This training shall be provided at an agreed upon time after the installation of the instrument in the UHV system and bake out the chamber to UHV pressures. The successful offeror shall deliver CLINs 0001-0003, FOB Destination to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899; delivery time shall be consistent with industry standards but should not be later than 120 days after receipt of the award. The Government will award a 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. Quotations will be evaluated to determine offerors' (A) Technical capability to meet or exceed the Government's technical specifications; (B) Past Performance; and (C) Price. Factors (A) and (B), when combined, are more important than factor (C). The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial items with their offer, which can be down loaded from www.arnet.gov/far. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 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, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17)(i) 52.225-3, Buy American Act-North American Free Trade Agreement -Balance of Payments Program; and, (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.227-19, Commercial Computer Software-Restricted Rights. Year 2000 Warranty-Commercial Supply Item applies to this acquisition. 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 products 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. The Department of Commerce Agency Level Protest Procedures Level Above The Contracting Officer applies to this acquisition and can be down loaded from http://www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit the following: 1) Three (3) copies of quotation which addresses CLINs 0001-0003; 2) Technical description and/or product literature including: (a) an overall drawing of the spectrometer's dimensions, and, (b) complete and detailed documentation for all hardware and software; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list; 5) A list of two (2) contracts/purchase orders completed during the past three (3) years for similar equipment with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, e-mail address and program manager and telephone number; 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Item, see web site above; and, 7) Description of Software License Agreement, if applicable; "This is to advise you that if you intend to propose a software licensing agreement, it must comport with applicable Federal laws, regulations and otherwise satisfy the Government's needs". All offers should be sent to the National Institute of Standard and Technology, Acquisition and Assistance Division, Attn.: Fred Ettehadieh, 100 Bureau Drive, Stop 3572, Building 301, Room B117, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be received by 3:00 p.m. local time on 5/30/2000. Faxed offers will not be accepted. Posted 05/18/00 (W-SN456374). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0177 20000522\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page