|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,2000 PSA#2638DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107,
Pittsburgh, PA 15236-0940 66 -- JSPM-4200 SCANNING PROBE MICROSCOPE SOL 00M004482 DUE 072200 POC
Mr. Robert L. Mohn, Contracting Officer, 412-386-4963, Tech
Representive Mr. Bradley Bockrath, 412-386-6081 E-MAIL:
mohn@netl.doe.gov, mohn@netl.doe.gov. DESC: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 13.5, 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 number 005M04482 is
issued as a Request for Quote (RFQ). Proposals are due July 22, 2000.
This requirement is being issued as a Request for Quotation using
Simplified Acquisition Procedures. The following items are to be
purchased by the U.S. Department of Energy's National Energy Technology
Laboratory (NETL), Pittsburgh, PA and is to be shipped to our site
located in Pittsburgh, PA. (1) JSPM-4200 SCANNING PROBE MICROSCOPE
consisting of the following -- Quantity 1 each; (1) Base Unit and
Vibration Isolation: A. Air flotation vibration isolation table. B. Gel
Damper for turbomolecular pump. C. Drift-free state design. D. +3 mm
stage travel in XY. E. 5mm stage travel in Z, including 1.5mm stepper
motor travel. F. Sample sizes up to 2 inches in XY, and 4mm in Z. G.
Ports for gas inlet and outlet, vacuum pumping, cold stage, utility
(2). H. Mounting point for optical microscope; (2) SPM Head: A. Capable
of either STM or AFM operation, including simultaneous AFM feedback and
current measurement. B. AFM optical lever arm detection modes include
contact, non-contact, discrete contact ("tapping"), friction force
microscopy, phase detection, current image (requires conductive
cantilevers), magnetic force microscopy (requires magnetic
cantilevers), and other detection modes using optional equipment. C.
STM modes include STM, I-V, S-V, I-S and CITS. D. AFM cantilever
holder, utilizes standard commercial AFM proves. E. STM tip holder,
uses 0.3mm wire. (3) Scanner: A. 0 to 10 um scanning range guaranteed.
B. Plus or Minus 150 Volt drive voltage. (4) Windows Controller: A. 4
inputs; X, Y, Z, Bias. B. 4 outputs; Aux1, Aux2, AFM, Z/10, 1
selectable. C. 16 bit digital XY resolution. D. 16 bit digital Z
resolution. (5) Computer: High resolution 128Ox1024 2111 monitor, Mouse
and keyboard operation, 400MHz Pentium or current model, 64MB RAM, 8MB
SGRAM Video RAM, 512KB Cache, 4.3GB hard drive, SPM controller
interface. (6) SPM Software for Windows: Windows3.X, Windows95 or
Windows98 compatible. A. TIFF file format. B. File loading and
searching. C. Standard Image processing functions. (a). Filters
including FFT. (b). Edge enhancement. (c). Differentiation. (d).
Normalizing. (e). Inclination correction. (f). Mathematical image
operations. D. Standard Image Analysis Functions. (a) Height
measurement. (b) Length measurement. (c) Line profiles. (d) FFT. (e)
Surface roughness. (f) Particle analysis. (7) Installation in customer
laboratory. (Installation requires the purchase of an optical
microscope made by JOEL (OR EQUAL) TM-24011(AOM, and an amplifier for
AFM system (OR EQUAL): TM-51551(AAMP2). (8) One year parts and labor
warranty or more (begins with customers firs use of instrument). (9)
Training on site. (10) One set of operation manuals. The salient
specifications for the Scanning Probe Microscope (SPM) are as follows:
(1) Design: The Scanning Probe Microscope (SPM) must be a state of the
art computer controlled system. It must support imaging in a variety of
environments including vacuum, ambient laboratory air, controlled
gases, and under fluids. The SPM must have the ability to heat the
sample from room temperature to 800K and acquire data in that
temperature range. The SPM must have the ability to cool the sample
from room temperatures to 130K and acquire data in that temperature
range. The SPM must have integrated vibration isolation sufficient to
achieve atomic resolution on suitable test samples such as highly
ordered pyrolitic graphite (HOPG) or mica. (2) Performance: Minimum
requirements: (A) The SPM shall be capable of achieving atomic
resolution on appropriate, ordered surfaces. This requirement includes
integrated vibration isolation. Surfaces for testing this capability
include HOPG and mica. The SPM shall be capable of achieving step
height resolution of one atomic or molecular layer on appropriate,
layered surfaces. Surfaces for testing this capability include
epitaxial gold, HOPG, and mica. (B) The SPM shall be capable of
operating as both a scanning tunneling microscope (STM) and as an
atomic force microscope (AFM). (C) The SPM shall be able to operate in
the following STM modes: tunneling microscopy (STM), tunneling
spectroscopy (STS), and current imaging tunneling spectroscopy (CITS).
(D) The SPM shall be able to operate in the following AFM modes:
static (contact) mode, dynamic (non-contact and discrete contact or
"tapping"), phase detection (PDM), magnetic force (MFM), electric force
(EFM), Kelvin Probe (KPM), and force modulation (FMM). (E) The SPM
shall be able to acquire data while the sample is heated to 800K or
cooled to 130K. (F) The SPM shall be able to acquire data while the
sample is under vacuum, controlled gases, ambient air, or under fluids.
(G) The SPM shall be computer controlled and the control software must
work within the Windows95/98 operating system. (3) SPM tips: (A) The
SPM must be capable of using commercially available AFM cantilevers.
and (B) The SPM must be capable of using etched 0.3mm tungsten or
platinum-iridium wire as STM tips. (4) Specimen state: (A) The SPM must
have a stage that is capable of plus or minus 3mm of travel in the XY
plane. (B) The SPM must have a stage that is capable of 5mm of total
travel in the Z plane. (C) The SPM must be able to accommodate samples
that are up to 50mm in diameter and 3mm thick. (D) The stage must have
provisions for vacuum evacuation. (E) The stage must have provisions
for heating the sample in the range from room temperature to 800K. (F)
The stage must have provisions for cooling the sample in the range
from room temperature to 130K. and (G) The stage must have provisions
for the introduction of controlled gases in the sample region.
DELIVERY: Equipment must be received no later than July 31, 2000 and
FOB Destination is required (all freight included). FAR 52.212-1
Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated
by reference and applies to this acquisition. Within FAR 52.212-1, an
reference to "offer" is changed to read as "quote". The provisions at
52.212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to
this acquisition. Instead, the following information will be used for
evaluation of offerors: An award shall be made to the responsible
offeror submitting a technically acceptable quote and offering the
lowest evaluated price. Evaluation is based on best value including
cost and ability to meet stated requirements above. Offerors shall
submit descriptive literature and drawings detailing features,
technical capabilities and warranty data. Technical acceptability will
be determined solely on the content and merit of the information
submitted response to this provision as it compares to the minimum
characteristics provided above. Therefore, it is essential that
offerors provide sufficient technical literature, documentation, etc.,
in order for the Government evaluation team to make an adequate
technical assessment of the quote as meeting technical acceptability.
Price shall be the deciding factor among technically acceptable quotes.
The offeror shall provide backup information to support the quoted
prices (e.g. a copy of current catalog or established price list,
etc.). FAR 52.212-3 Offeror Representation and Certifications --
Commercial Items, FAR 52.214-4 Contract Terms and Conditions --
Commercial Items, and FAR 52.2121-5 Contract Terms and Conditions
Required to implement Statutes or Executive Orders -- Commercial Items
apply to this acquisition. FAR provisions and clauses including FAR
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam ERA, it has ( ), has not( ) submitted the most recent report
required by 38 U.S.C. 4212(d). (B) An Offeror who checks "has not" may
not be awarded a contract until the required reports are filed. (31
U.S.C. 1354). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE
FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun &
Bradstreet Number (DUNS); remit to address if different; and business
size. EVALUATION: The following factors shall be used to evaluate
offers in order or precedence: Technical compliance with the
specifications of this RFQ and cost. 52.212-3, Offeror Representation
and Certifications -- Commercial Items; and 52.212-4, Contract Terms
and Conditions. A Firm Fixed Priced Purchase Order shall be issued
using the Simplified Acquisition Procedures FAR Part 13. Proposals may
be faxed to Mr. Robert L. Mohn, 412-386-5770. See Note 26 Posted
07/06/00 (W-SN471871). (0188) Loren Data Corp. http://www.ld.com (SYN# 0230 20000710\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|