Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2004 FBO #1069
SOLICITATION NOTICE

A -- ATOMIC FORCE MICROSCOPE CHARACTERIZATION OF ALKALINE EARTH FLUORIDE ADHESION PROPERTIES

Notice Date
10/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC0585785Q
 
Response Due
11/4/2004
 
Archive Date
10/28/2005
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Timothy M. Bober
(Timothy.M.Bober@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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for an atomic force microscope (AFM) Characterization of Alkaline Earth Fluoride Adhesion Properties. Background: The NASA Glenn Research Center has requirements for a Contractor to perform adhesion tests in inert atmospheres to determine the effect of electrostatic forces on the material pairs. This is a continuation of work which is a characterization of fluoride adhesion forces by AFM techniques. This investigation is an extension of a training grant started in 1999, designed to characterize the flow properties of a composite solid lubricant powder. This work culminated in several publications, which determined that the flow properties of the powder blend were highly dependent upon the adhesion characteristics of one component, an alkaline earth fluoride (BaF2-CaF2). Another training grant was set up and test supplies were procured under this grant to study this problem in more detail using an atomic force microscope (AFM) with custom made probe tips composed of the material of interest. The BaF2-CaF2 was supplied by NASA GRC and the Contractor purchased the probe tips. The Contractor then sifted through the material, harvesting 5 and 20µm particle sizes to mount on a batch of probes. The particle sizes that were used in this testing were 5.21 and 17.1 µm. To date, the Contractor has characterized the dependence of the adhesion properties on environmental humidity, which has resulted in a publication (Y.Y. Tsai, V. Nalladega, S. Sathish and M.K. Stanford, Evaluation of interactive forces between alkaline earth metal fluoride particles and single crystal substrate using atomic force microscopy, in Proceedings of SPIE Vol. 5392, Testing, Reliability and Application of Micro- and Nano-Material Systems II, Norbert Meyendorf, George Y. Baaklini and Bernd Michel eds., SPIE, Bellingham, WA, 2004). Contractor Tasks: In this portion of the investigation, the Contractor shall investigate the adhesion forces obtained after producing an electrostatic charge on the probe tip to determine the effect of electrostatics, another typical mechanism that influences particle adhesion. This task shall be carried out under the guidance of a research faculty member with approximately 18 years of experience in microscopic characterization of materials, and detailed knowledge of NASA requirements in this area. The Contractor must supply the following: • Atomized BaF2-CaF2 particles (5.12 µm and 17.1 µm for initial testing) • Atomized BaF2-CaF2 particles (5 +/- 0.2 µm and 17 +/- .5 µm) • Above atomized BaF2-CaF2 particles mounted on DNP style probe tips. • Proof that the atomized BaF2-CaF2 particles they supply have the exact same surface chemistry characteristics as the batch supplied to the Contractor for the previous investigation. This is mandatory for comparison to previous results. The probe tips must be supplied by the Contractor with these specifically sized BaF2-CaF2 particles mounted: 5.12 µm and 17.1 µm for the initial tests for comparison with previously reported results. Also a complete batch of probes mounted with BaF2-CaF2 particles: 5 µm +/- 1 µm and 17 µm +/- 2 µm must be available if needed to complete the investigation. This work must be started by November 15, 2004 and shall be completed by September 30, 2005. The Contractor shall perform these basic steps for this investigation: • Calibration of AFM cantilever spring stiffness. • Measurement of adhesion forces of 5.21µm and 17.1µm particles (mounted on DNP probes) with imposed electrostatic charge. • Comparison of these adhesion forces with those measured without imposed electrostatic charging (reference op. cit.). • If needed to complete the investigation, measurement of adhesion forces with imposed electrostatic charge of other particle mounted probes in the same size range as stated previously. Deliverables: The deliverables for this task shall be the following: • Progress will be checked on an informal basis approximately once per month. • The end product is a publication, which shall include all methods and procedures used to complete the study and report the results of adhesion forces of atomized BaF2-CaF2 particles with electrostatic charge compared with these particles without the electrostatic charge, for submission to a peer reviewed journal. Period of Performance: The period of performance for this effort shall be through September 30, 2005. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION IN THEIR QUOTATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR OFFER MEETS THE ABOVE STATEMENT OF WORK** The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAICS Code and the small business size standard for this procurement are 541710 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to Glenn Research Center is required within 11 months days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by Thursday November 4, 2004 at 4:30 EST and may be e-mailed, faxed or mailed to the NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop: 500-306 Cleveland Ohio 44135 and must 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. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.204-7 52.212-3, 52.222-3, 52.222-26, 52.225-1, 52.225-13, 52.232-25, 52.232-33, 52.243-1. NFS 1852.215-84, 1852.223-72 and 1852.225-70. 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 All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Monday November 1, 2004. Telephone questions WILL NOT be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. ***It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).*** Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-OCT-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/GRC/OPDC20220/NNC0585785Q/listing.html)
 
Record
SN00700658-F 20041030/041028212646 (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.