Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2003 FBO #0635
SOLICITATION NOTICE

66 -- Silicon Drift X-Ray Detector/Digital Signal Processor

Notice Date
8/24/2003
 
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
Reference-Number-03-837-0349
 
Response Due
9/4/2003
 
Archive Date
9/4/2003
 
Point of Contact
Paul Cataldo, Contract Specialist, Phone (301) 975-6332, Fax (301) 975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
paul.cataldo@nist.gov, Michael.Szwed@nist.gov
 
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 01-15. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. All interested offerors may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for Radiant Detector Technologies brand name or equal instrumentation with the following salient characteristics: LINE ITEM 0001: Silicon Drift X-Ray Detector - Statement of work/specifications: 1.1 The contractor shall furnish and install a high-performance, research-grade silicon drift X-ray detector on the existing NIST JEOL 840 SEM #512577. The detector shall be provided in accordance with the specifications outlined below. 1.2 The new system when used in conjunction with the SEM shall be an integral part of ongoing NIST programs that include X-ray spectroscopy development and materials microstructural mapping. 1.3 The detector circuitry shall be compatible with a digital x-ray processor model DXP-X10P from X-ray Instrumentation Associates. 2. Detector area must be at least 30 mm2. 2.1 Detector must have the following spectral and count rate performance: 2.1.1 Resolution ? 170 eV at 539 KeV photon peak energy at a peak time of 8 microseconds. 2.1.2 Resolution ? 210 eV at 5.9 KeV photon peak energy at a peak time of 1 microsecond. 2.2 Detector will be supplied with an Ultra-thin window (UTW) from Moxtek 2.3 The detector shall be mounted so that it can be connected to the same JEOL SEM X-ray detector port as used for the SBIR Phase II SDD from Radiant. 2.4 Detector will include an ion pump and its controller. 2.5 Detector will include an electron trap. 2.6 The detector will use the power supply, digital pulse processor, and chiller from the SBIR Phase II SDD system previously supplied to NIST. 3. Contractor shall provide a 1-year warranty from time of acceptance of the detector. OPTION LINE ITEM 0002: Digital Signal Processor - 1. Statement of work/specifications: 1.1 The contractor shall furnish and install a high-performance Digital Signal Processor designed to operate in an optimal fashion with the Radiant Detector Technologies, LLC Vortex Silicon Drift Detector installed in the NIST Microanalysis Laboratory on the JEOL-840 SEM with the following performance characteristics: 1. Peaking times available: 0.25, 0.5, and 1 ~s. 2. Max output count rate at 0.25 ~s: 500Kcps. 3. Resolution at Mn Ka: a. At 0.25 ~s: 200eV or better (count rate up to 500Kcps) b. At 0.50 ~s: 180eV or better (count rate up to 350Kcps) c. At 1. 0 ~s: 160e V or better (count rate up to 1 70Kcps) d. The developed prototype will be connected to a commercial Analog-to- Digital Converter (ADC) and interfaced with a computer (PC) for data acquisition and data transfer. 1.2. The Contractor shall also develop software for controlling the DPP and interfacing with the EMlspec software. The standard EMlspec software will be modified to work with the Radiant Detector Technologies version of the XIA DPP. The software will allow DPP parameters to be set and will also include basic interface functions that will allow this version of the EMlspec software to perform X-ray spectrum image mapping at a minimum output count rate of 50,000 counts per second (output) at a minimum dwell time per pixel, as defined by the EMlspec system, of 150 milliseconds. 1.3. The Signal Processing Unit will consist of an Input Stage, a Gain Stage, an FIR (Finite Impulse Response) Stage, a BLR (Base Line Restorer) Stage, an Energy Calibration Stage, a Low Energy Threshold and Fast Peak Detection circuit and an Output Buffer Stage. The output stage will consist of a driver amplifier with low output impedance, bandwidth> 100MHz and slew rate 250 volt/microsecond, which will be capable of driving a standard 75 ohm coaxial cable of 6 feet long. 1.4. The output of the Signal Processing Unit will be connected to a commercial ADC for building spectrum histogram. It will also set up ROI's (Regions of Interest). An external ADC will be used to digitize the signal. 1.5 Contractor shall provide a 1-year warranty from time of acceptance of the Digital Pulse Processor DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 18 months 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 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. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability including compatibility with existing instrumentation 2) Contractor's prior experience 3) Past Performance 4) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature, which clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 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: (1) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126); (2) 52.222-21, Prohibition of Segregated Facilities; (3) 52.222-26, Equal Opportunity; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.225-1 Buy American Act - Supplies (June 2003) (41 U.S.C, 10a - 10d); (9) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (10) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (11) 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 interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies 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: Paul Cataldo, Building 301, Room B171, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on September 4, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00410883-W 20030826/030824213046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.