Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS

66 -- PRECISION ION POLISHING SYSTEM

Notice Date
April 26, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-174846
Response Due
May 10, 2001
Point of Contact
Jean M. Boylan, Purchasing Agent, Phone (216) 433-2140, Fax (216) 433-2480, Email Jean.M.Boylan@grc.nasa.gov
E-Mail Address
Jean M. Boylan (Jean.M.Boylan@grc.nasa.gov)
Description
This notice 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). (QUANTITY ONE EACH) PRECISION ION POLISHING SYSTEM GATAN MODEL NUMBER: 691 (OR EQUAL) (QUANTITY ONE EACH) SPUTTER SHIELD ASSEMBLY FOR PRECISION ION POLISHING SYSTEM GATAN PART NUMBER: 691.01350 (OR EQUAL) (QUANTITY ONE EACH) AUTOTERMINATOR FOR PRECISION POLISHING SYSTEM MODEL 691 GATAN PART NUMBER: 691.12001 (OR EQUAL) (QUANTIY ONE EACH) GRAPHITE SPECIMEN HOLDER FOR PRECISION POLISHING SYSTEM GATAN PART NUMBER: 691.08645 (OR EQUAL) (QUANTITY ONE EACH) GRAPHITE LOADING DOCK WITH LED ILLUMINATOR GATAN PART NUMBER: 691.08650 (OR EQUAL) SPECIFICATIONS: 1. Compact Precision Ion Mill -- A compact, self-contained, bench-top ion mill designed to produce high quality samples for viewing in a TEM in both conventional and high resolution TEM mode. Unit must be easy to align and operate and easily maintained. Unit must be engineered to accept all types of materials (semi-conductors, ceramics, multi-phase metals, composites, high Tc Superconductors, etc.). 2. Ion Source For Precision MillingTwo Penning ion guns each independently adjustable to permit either rapid milling or slow precise ion polishing.Ion beam energy shall be continuously adjustable from 1keV to 6keV.Beam width at the sample shall be no larger than 4005m FWHM.The milling angle shall be continuously variable from +10: to -10: and fully adjustable during operation. Gas throughput: Less than 0.1cc/min per gunIon Beam modulation is required: The ion beam shall be capable of being switched OFF through 2/3 of each revolution.Rotational speed shall be continuously variable from 1 -- 6 rpm (with more rapid rotation through the inactive sectors when using Beam Modulation.)The ion guns shall have no consumable parts.Rotation control of Stage and variety of Specimen Holders suited for polishing at 0 to 1 10 degrees 3. Specimen exchange and holder typesAn airlock shall be incorporated in the system to permit loading or unloading of samples without venting the work chamber to atmosphere.Specimen exchange: Less than 1 minute to unload a specimen, load a new one, and have the ion beams back on and milling. The design shall be optimized to eliminate the need for specimen cooling.Specimen heating: A clamp-type specimen holder shall be supplied to optimize heat dissipation.Four copper single-sided posts and one glue-type post shall also be provided. 4. Specimen ViewingIn-situ viewing at any time without shutting down the ion guns.Shutter: An automatic shutter shall be incorporated to reduce window contamination when not viewing the specimen.Sample illumination: Reflection and through transmission.Sample viewing: A stereomicroscope shall be provided. Minimal range of 40X -- 80X. 5. Milling TerminationMilling termination by elapsed timer or optional light operated Auto-Terminator. 6. Vacuum SystemThe vacuum system shall be totally self-contained within the enclosure.A totally oil-free vacuum system (2 stage diaphragm pump backing a 64 l/s Molecular Drag Pump).Work chamber base pressure: 5E -6 Torr Operating pressure: < 6E -5 Torr.Penning gauge: Shall monitor the chamber vacuum.Solid-state sensor: Shall monitor the backing pressure. 7. PowerLess than 200 Watts during operation, less than 100 Watts at idle100/240 VAC at 50/60Hz 8. ArgonThe system shall operate with Grade 4.8 (99.998% purity) Argon at 25psi (1.72 bar) 9. The system shall be manufactured in the United States of America. 10. WarrantyThe system shall have a 1-year warranty. FAR 52.211-7 -- BRAND NAME OR EQUAL -- is applicable and incorporated by reference After 3/31/2001, all prospective contractors must be registered in the Central Contractor Registration data base, prior to any award of a contract or purchase order. Register at http://www.ccr200.com or by calling 888-CCR-2423. Contractor must provide Cage Code with quotation. The provisions and clauses in the RFQ are those in effect through FAC 97-22. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 33911 AND 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by COD 5/10/2001 and may be mailed or faxed to Jean M. Boylan @ 216-433-2480 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-174846)
Record
Loren Data Corp. 20010430/66SOL001.HTM (D-116 SN50K4G2)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on April 26, 2001 by Loren Data Corp. -- info@ld.com