SOLICITATION NOTICE
66 -- Ultra High Vacuum Scanning Tunneling Microscope (UHV STM)
- Notice Date
- 6/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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-04-821-4429
- Response Due
- 7/2/2004
- Archive Date
- 7/17/2004
- Point of Contact
- Lisa Wells, Contract Specialist, Phone 301-975-8171, Fax 301-975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
- E-Mail Address
-
Lisa.Wells@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.SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2001-23. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) Ultra High Vacuum Scanning Tunneling Microscope (UHV STM). The UHV scanning tunneling microscope must be capable of sub 10x-10 torr operation. The STM must be capable of routine atomic imaging on reconstructed silicon surfaces and metal surface atomic resolution. The STM must be upgradeable to variable temperature operation with drift control as an option at the time of purchase. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Ultra High Vacuum Scanning Tunneling Microscope (UHV STM) with the following required elements and specifications: 1. Overall specification a. The tunneling current must be capable of routine operation in the range of 1 pA ? 300 nA. b. The STM must be further capable of operating and imaging with a tunneling current of less than 1 pA. c. Tunneling current noise is a critical performance parameter. The noise on the tunneling current must be less than 0.1 pA. d. The STM needs to have a software-controlled internal switch allowing the dynamic range to be switched between 3 nA and 300 nA operation range. e. The STM must be capable of modulation spectroscopy, which uses the Lock-In technique to directly measure dI/dB. The modulation frequency must be capable of operating at a frequency range up to 30 kHz. Furthermore, the STM must be capable of performing spectroscopy with the lowest detectable current, nominally around 1 pA. f. The STM and control electronics needs to have an offset compensation capability, which allows sub pA low current measurement. The residual offset current must be in the immediate range of 10 fA. 2. Variable temperature specification a. The unit should be capable of operating in the temperature range of 25-1500K. Although not an immediate requirement of the initial procurement, the cooling and heating capability needs to be available as future options. These options must be available at the time of purchase. b. Both the heating and cooling capability and hardware requirements should be limited to the sample plate itself. c. The sample must be the reference plane for any thermal expansion or contraction with respect to thermal drift compensation. d. Tip-surface distance during temperature changes needs to be maintained at nearly constant and in the sub-angstrom range. 3. System specification a. The STM should be available as a bolt-on, self-contained, UHV compatible system. The STM must be integral to a flange and removable independently. The STM must reside in a UHV chamber which can then bolt on as a unit. The UHV STM chamber and system as a whole must be capable of operation and routine performance in the UHV range of low 10-10 torr. b. There must be well developed practical mechanisms for tip transferring and sample manipulation. This sample and tip manipulation must be routine and easy to perform with well tested and demonstrated techniques and mechanisms. The necessary sample plates, tip holders, and manipulators must be available at the time of procurement and replacement or spare components must be readily available. c. The system needs to be equipped with a nano-positioning device that is operated by a Piezo motor. The device needs to be stable and repeatable for high precision positioning. The total range for the positioning device needs to be at least 1 cm in all three directions. The step size should be continuously adjustable from 40 nm to 500 nm. This positioning system is the coarse positioning system and is separate from the high-resolution, sub-angstrom accurate positioning and imaging requirements from the atomic resolution imaging elements. d. The STM must be upgradeable in the future to full AFM operation with the required easy to manipulate tip holder and exchange mechanisms. These components and upgradeability must be routinely available and available at the time of purchase. There must be more than 20 operating STM/AFM systems in use which demonstrate the AFM capability. 4. The system must come complete with full image analysis and hardware controller software. a. The system must have a standard full suite of image analysis and viewing software installed on a PC and delivered operational as part of the procurement. The computer should be a minimum 2 GHz processor speed with 40 GB hard drive minimum storage capability. b. The system must come with complete filtering and calibration software for image analysis and hardware control applications. c. The software must be upgradeable to allow AFM operation and also be capable of variable temperature drift control if that option is selected at any time in the future. d. The controller must use a minimum 16 bit D/A converter resolution and be capable of simultaneous two-channel 16 bit data acquisition. e. The controller and software must be capable of spectroscopy and nanolithography. The nanolithography should be capable of operating in a simultaneous data analysis and image processing mode. 5. Imaging and sample position monitoring. a. The system must come complete with a CCD imaging capability. This should allow the tip position relative to the sample to be determined routinely and easily to allow precise intra-sample imaging. b. The imaging system must be complete with a light source, monitor and the ability to accurately monitor tip sample changes and approach as well as sample positioning. c. There must be more than 30 installed systems which have successfully demonstrated this imaging capability. Details of users available on request. 6. Availability and support requirement a. The manufacturer must have at least 100 units with the same specifications sold and installed in laboratory or industrial settings. The manufacturer must provide an extensive list of more than 20 previous purchasers and users of this system on request. b. The manufacturer must provide and demonstrate installed systems (more than 100 units) with the required atomic resolution on metal surfaces. The STM must be routinely capable of atomically resolving Si reconstructed surfaces routinely. The STM must be capable of imaging with atomic resolution on Au and Cu surfaces with 0.01 nm STM vertical resolution. ****DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than six weeks from receipt of order. The Contractor shall pack and mark the shipment in conformance with all industry standard procedures and any 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. The Contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****Award shall be made to the Contractor 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 factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability, and Past Performance, when combined, are significantly more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been supplied and installed worldwide. Quoters must have provided at least TWENTY (20) installations of the same or similar products. 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. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.204-7, Central Contractor Registration (Oct 2003); (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (10)(i) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns with Alternate I; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (24) 52.225-13, Restrictions on Certain Foreign Purchases; (25) 52.225-15, Sanctioned European Union Country End Products (FEB 2000)(E.O. 12849); (29) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) 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: Lisa Wells, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-8171. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete delivery. ****Submission must be received by 3:00 p.m. local time on July 2, 2004. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00606036-W 20040620/040618211729 (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 |