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 -- SCANNING SPREADING RESISTANCE MICROSCOPY (SSRM) SOL 53SBNB060081 DUE 052200 POC Fred F. Ettehadieh, Contract Specialist, (301) 975-8329, Fax No. (301) 963-7732; Teresa A. 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. The National Institute of Standards and Technology's (NIST's) Semiconductor Electronics Division intends to purchase, on a sole-source basis under the authority of 13.106-1(b), a Scanning Spreading Resistance Microscopy (SSRM) Application Module for Dimension Series SPMs, Model DSSRM from Digital Instruments, Inc., 112 Robin Hill Road, Santa Barbara, CA 93117. The Government requires a hardware and software to add a scanning spreading resistance microscope (SSRM) capability to an existing atomic force microscope. Digital Instruments, Inc. is the manufacturer of the Nanoscope IIIa atomic force microscope and controller, which is a component part of the NIST's Atomic force microscope and scanning capacitance microscope system and is already in place at NIST, Gaithersburg, Maryland. Digital Instruments, Inc. is the manufacturer of the Scanning Spreading Resistance Microscopy (SSRM). To the Government's knowledge Digital Instruments, Inc.'s Scanning Spreading Resistance Microscopy is the only instrument that provides the following minimum features, capabilities, and specifications: 1. Compatible and fully integrated with the hardware and software of the Digital Instruments' Nanoscope IIIa atomic force microscope and controller; 2. Computer software for SSRM hardware control and image acquisition; 3. Simultaneous measurement of semiconductor resistivity and surface topography with a tip that can be scanned in the X- and Y- directions; 4. Logarithmic current amplifier capable of measuring current over the range from 50 picoamps up to 0.2 milliamps, with sensitivity to semiconductor resistivity from 0.0001 to 100 ohm-cm, and at least 0.1% accuracy; 5. Ability to measure two-dimensional SSRM images with size variable from 80 x 80 micrometers to 0.5 x 0.5 micrometers; 6. Image resolution of up to 512 x 512 points; 7. Tip X-, Y-, and Z- control and scan capability. The X-, Y-, and Z- spatial positioning control of at least 1 nm; 8. Tip force feedback control; 9. Compatible with commercially available diamond coated AFM tips. This instrument is a key component in NIST's Atomic force microscope and scanning capacitance microscope system. The purchase of this equipment will result in a cost saving which could not be recovered through competition and is believed to be in the best interest of the Government. 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; A QUOTATION IS BEING REQUESTED FROM Digital Instruments, Inc., AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number 53SBNB060081 is issued as a request for quotation (RFQ) using simplified acquisition procedures. This acquisition falls under Standard Industrial Classification (SIC) Code 3826 and the related size standard is 500 employees; however, this acquisition is unrestricted. Incorporated provisions and clauses are those in effect through Federal AcquisitionCircular 97-17, with the exception of items IV and V. The Contract Line Item Numbers (CLINs), Items, and Quantities are as follows: CLIN 0001, Scanning Spreading Resistance Microscopy (SSRM) Application Module for Dimension Series SPMs, one (1) each; CLIN 0002, Tapping Mode Etched Silicon Hardened NanoProbes, one (1) Package; CLIN 0003, Installation at NIST, Gaithersburg, Maryland facility; CLIN 0004, Operation technical support at NIST, Gaithersburg, Maryland facility. The vendor shall deliver all the line items FOB Destination to NIST, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899, no later than 90 days after the award of the Purchase Order. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. 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 thisacquisition, including subparagraphs (11) 52.222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, (17)(ii) 52.225-3, (22) 52.232-33; 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. Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer applies to this acquisition, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/agency.htm. Digital Instruments, Inc. shall submit the following: 1) Three (3) copies of quotation which addresses CLINs 0001-0004; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded from www.arnet.gov/far; 6) 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". The quotation shall be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Fred F. Ettehadieh, Building 301, Room B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be receivedby 3:00 p.m. local time on 5/22/2000. A faxed offer will be accepted to (301) 963-7732. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. However, all quotes received by 5/22/2000 will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Contracting Officer. Posted 05/18/00 (W-SN456362). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0182 20000522\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page