SOLICITATION NOTICE
66 -- OPTICAL PROFILER SYSTEM
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV 26507-0880
- ZIP Code
- 26507-0880
- Solicitation Number
- DE-RQ26-04NT40810
- Response Due
- 9/10/2004
- Archive Date
- 10/10/2004
- Point of Contact
- Robert Mohn, Contracting Officer, 412-386-4963, mohn@netl.doe.gov;Robert Mohn, Contract Specialist, 412-386-4963, mohn@netl.doe.gov
- E-Mail Address
-
Email your questions to Robert Mohn, Contract Specialist
(mohn@netl.doe.gov)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: OPTICAL PROFILER SYSTEM. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. PROPOSALS ARE BEING REQUESTED. Responses shall reference :Request for Quotations??? No. DE-RQ26-04NT40810 The U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA intends to purchase the following (to be delivered to the U.S. Department of Energy, Albany Research Center, 1450 Queen Ave SW, Albany, OR 97321): Opitical Profiler System for measurement and imaging of surface features on metal, ceramic and composite surfaces. The system will include profiler hardware, computer, monitor, and data acquisition and manipulation software. System will include a 2 mm vertical (Z) scan range and manual sample stage, a four (4) position objective turret, with objective lens capable of magnifications of 2.5X, 10X, 20X, and 50X; 0.5X and 2.0X FOV lenses; vacuum sample chuck; vacuum switch box; and 10 um step standard. In addition the profiler system must meet the following specifications: 1. Uses while light interferometry to measure sample surfaces. 2. Has a vertical measurement range of 0.1 nm to 2 mm, with a vertical resolution of <1 A Ra. 3. Provides a magnification range from 2.5X to 100X using fixed optics. 4. Uses LVDT feedback for closed loop vertical scanning over the entire 2mm vertical (Z) scan range and maintains at least a 1% linearity over the entire vertical (Z) scan range. 5. Vertical scan rate must be no slower than 7.2 um/sec. 6. Employs a CCD camera with a minimum pixel array of 736 x 480. 7. Accommodates samples with a surface reflectivity ranging from 1 to 100%. 8. Accommodates the subsequent addition of a motorized stage, with 100mm travel in both X and Y direction. 9. Accommodates samples up to 6 inches in diameter and 4 inches thick. 10. Provides tilt/tip correction in the sample stage. 11. Provides two measurement modes: Phase Shift Interferometry (PSI) for smooth surfaces, and Vertical Scanning Interferometry (VSI) for topographical surfaces. 12. Has a RMS repeatability of 0.01 nm in PSI mode (using a highly polished surface) and 1 nm in VSI mode (using 10 um step standard). 13. Accommodates the subsequent addition of automated field stitching, or its equivalent. 14. System software uses Windows XP as the operating system and includes the following functions: a. Operator interface to control all system functions. b. Collection, display and analyses of measurement data. c. Data analyses to include surface roughness measurement, surface shape analyses, step height measurements, 2D cross section of data sets, 3D display of data sets (including stitched data sets), height histograms, data filtering, and multi-region analyses. d. Data stored as .opd or ascil file formats. e. Ability to automatically log data to Excel spreadsheets, or .csv files. f. Ability to port data to optional analysis software, such as MATLAB. 15. Purchase of system will include a minimum of two (2) days of on-site installation and training. 16. Purchase of system will include a twelve (12) month comprehensive warranty on the entire system, excluding consumables. 17. Vendor will provide on-going Applications Support through direct consultation with Applications Engineers. DELIVERY: FOB Destination is required (all freight included). 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. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on September 10, 2004. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed mohn@netl.doe.gov. Technical Representative for this above item is Ms. Cynthia Dogan at 541-967-5803.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/AAFA6D7F27ABD77A85256EFC0065EDC9?OpenDocument)
- Record
- SN00655248-W 20040828/040827093502 (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 |