SOLICITATION NOTICE
66 -- Reflectron Time-of-Flight Mass Spectrometer Component System
- Notice Date
- 5/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- SB1341-02-Q-0466
- Response Due
- 5/31/2002
- Archive Date
- 6/15/2002
- Point of Contact
- Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
- E-Mail Address
-
Jennifer.Roderick@nist.gov, carol.wood@nist.gov
- Description
- CBDNet ANNOUNCEMENT: PRESOLICITATION NOTICE ACTION CODE: <PRESOL> CLASSIFICATION CODE: 66 ? Laboratory Equipment and Supplies SUBJECT: Reflectron Time-of-Flight Mass Spectrometer Component System SOLICITATION NUMBER: SB1341-02-Q-0466 RESPONSE DATE: May 31, 2002 CONTACT POINTS: Jennifer Roderick, Contract Specialist, (301) 975-8173, Fax (301) 869-0459 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-07. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Reflectron Time-of-Flight Mass Spectrometer Component System*** ***All interested offerors shall provide a quote for the following line item: Line Item 0001: Quantity one (1) set of used but visually clean, or new, time of flight components comprising a functional Reflectron time-of-flight mass spectrometer equivalent to the performance available from a R.M. Jordan mass spectrometer to include the following R.M. Jordan components or equivalent: C-870 Ion Source Assembly, C-854 Offset Adapter Assembly, C-855 Flight Tube Assembly (32" length) with pressure measurement and pump out nipples, C-726 40mm MCP Detector Assembly, C-852 Reflector Assembly, C-701 18mm MCP Detector Assembly, D-803 AREF Power Supply, B-682 Shroud with Skimmer/Differential Pumping, D-679 Flight Tube Liner/Shield (32" length), C-950 E-gun, D-903 E-gun PS, D-1040 Pulser, D-1003 Pulser PS, D-403 FIG Power supply, and B-451 Fast Ion Gage tube. (Note: All part numbers are R.M. Jordan) Salient characteristics shall include: (1.) The TOF design shall have a gold-plated beam shroud and skimmer integrated into the ion optics, allowing proper shaping of a supersonic beam so that it is undisturbed by back-reflected shock fronts. The skimmer entrance shall be mounted perpendicular to and no more than 7.2 cm from the z-axis, where the z-axis is defined as trajectory of ion flight after the initial acceleration, and in-line with the mid-point between the repeller and extractor plates. (2.) The ion optics shall have at least a 12 mm gap between the repeller and extractor plates. The plates shall be approximately 45 mm x 45 mm square and three of four quadrant faces shall have an unimpeded width of at least 32 mm, thus allowing egress of laser and molecular beams. (3.) The ion optics of the TOF design shall contain a removable electron gun. The electron gun and its associated electrical connections shall not obscure more than one face quadrant of the ionizer. (4.) When measuring ions generated by 70 eV electron impact of a supersonic expanding beam, the time-of-flight shall have a nominal resolution of 1000 m/dm when operating in a linear mode and a nominal resolution of 4000 m/dm when operating in the Reflectron mode. (5.) The vendor shall supply DC and pulsed power supplies and the cables connecting the power supplies to the vacuum flanges, allowing optimized operation of the TOF in linear and Reflectron modes. (6.) The component system shall include a Bayard Albert type fast ionization gauge and supporting electronics (adjustable 0-10 milliampere emission current) for characterizing the intensity profile of a molecular beam with better than or equal to 5 microseconds time resolution. (7.) The design of the components shall permit integration with a commercially available ion trap of specifications equal to or better than a system comprised of the R. M. Jordan parts: D-1203 Ion Trap Powder Supply, D-1240 RF Power Supply, C-1251 Ion Trap, and C-950 E-gun. The integrated system comprised of the ion trap and Reflectron TOF mass spectrometer shall allow pulsed extraction of ion packets from the ion trap for analysis in the Reflectron mass spectrometer with a resolution of 500 m/dm or better. (8.) The TOF shall be mounted and contained in a vacuum vessel, which is sealed with industry-standard Conflat-type copper gasket flanges. The ionizer assembly shall protrude approximately 15 cm above the contact surface of the 8" Conflat-type flange that serves as the terminus of the supplied vacuum hardware (i.e., the end-user shall provide the vacuum chamber that mates with the flange and encompasses the ionizer assembly). Near its mid-section the vacuum vessel shall incorporate a 6" Conflat-type flange nipple suitable for mounting a turbomolecular pump and an opposing Conflat-type flange nipple suitable for mounting an ion gauge. (9.) The vacuum vessel shall comprise a flight tube with the mounts for the electrostatic reflector, ion optics, and a channel plate multiplier with 50-ohm impedance throughput connector. The vacuum housing shall incorporate all electrical connections necessary for system operation. (10.) The system shall contain two multichannel plates (gain ? 107) for detection of ions in current mode. One 18-mm diameter MCP detector assembly shall be located behind the reflector for detection of ions when operating in the linear TOF mode. A second 40mm MCP detector assembly (gain ? 107) shall be located on an offset flange and optimized for detection of ions during operation in the Reflectron mode. (11.) The component system shall include the power supplies and pulse electronics necessary for operation in linear and Reflectron modes. (12.) Vendor shall warrant the components (parts and labor) for one year. ***The Contractor shall state the warranty coverage provided for line item 0001. *** ***Delivery shall be FOB DESTINATION and shall be completed not later than 30 days after receipt of order. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the offeror whose quote offers the best value to the Government, technical and price considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. *** ***Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (19) (i) 52.225-3, Buy American Act ? North American Free Trade Agreement?Israeli Trade Act--Balance of Payments Program with Alternate I; (21) 52.225-13 Restriction on Certain Foreign Purchases and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.*** ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Jennifer Roderick, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** ***Submission shall be received by 3:00 p.m. local time on May 31, 2002. FAXED OFFERS WILL NOT BE ACCEPTED. ***
- Place of Performance
- Address: NIST Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00079816-W 20020522/020520213119 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |