Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

66 -- FIELD EMISSIONS GUN SCANNING ELECTRON MICROSCOPE

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0155
 
Response Due
9/4/2006
 
Archive Date
11/3/2006
 
Small Business Set-Aside
N/A
 
Description
1. This 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; p roposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-06-T-0155. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is full and open. The associated NAICS code is 334516. The small business size standard is 500. (iv) The following is the contract line item number and item, quantity and units of measure: CLIN 0001 Field Emissions Gun Scanning Electron Microscope., FESEM Equipment in accordance with the statement of work. 1 Each. (v) Statement of Work Field Emission Gun Scanning Electron Microscope A scanning electron microscope (SEM) with a Schottky field emission electron source capable of stable electron beam for imaging and analyzing a variety of materials: metals, ceramics, and polymers, is needed. The system must be equipped with a fast amplify ing backscatter detector for real time imaging, large chamber, energy dispersive spectroscopy for chemical analysis, and electron backscattered diffraction for crystallographic orientation analysis. SEM SPECIFICATIONS: Electron Optics: -Schottky FEG electron source (minimum lifetime of 1 year) -Minimum 200 V to 30 kV, continuously adjustable accelerating voltage -Beam current in high resolution mode: up to 10 nA, in low vacuum mode: up to 22 nA -Minimum 1 nm resolution at 15 kV in high vacuum -2 nm resolution at 3 kV in low vacuum -Up to 1,000,000 X magnification -In lens secondary electron and backscattered detector for high resolution imaging in high and low vacuum modes as well as high and low accelerating voltages Everhart-Thornley secondary electron detector for conventional SE detection -Solid state backscattered detector -Pre-amplification for TV rate imaging for the solid state backscattered detectors -Picoammeter to measure probe current Scanning System: -High-resolution digital scanning engine controlled from the user interface -Resolution: 512 by 442, 1024 by 884, 2048 by 1768, 3584 by 3094 pixels -Minimum dwell time: 50 ns per pixel -Image capture formats to include .bmp, .tif, and .jpg -Variable scan rates and reduced area scan capabilities Chamber and Stage: -Variable chamber vacuum operation -IR CCD camera to view chamber interior -Large chamber size (accommodate up to 150 mm diameter samples) -5 axes motorized stage with stage tilt (to 60 degrees), rotation (360 degree continuous), and x equals 150 mm, y equals 150 mm, z equals 10 mm axes - Minimum step size equals 100 nm with 1 ?m repeatability for full 150 mm travel at 0 degree tilt -Cryogenic trap to reduce chamber contamination Vacuum System: -Chamber vacuum up to 0.0001 Pa for high vacuum, less than 200 Pa for low vacuum -Automated evacuation system -Ion pump for the column area -Through the lens pump for variable vacuum in the chamber Additional Capabilities: Energy dispersive spectroscopy (EDS): - Si(Li) type SEM Detecting Unit with Super Ultra Thin Window for detection of all elements down to and including Beryllium. Resolution of 132 eV or better, measured at Mn Ka, 1000 CPS and with the time constant 100 ?sec. Peak to background is 20,000 to 1 or better. Active detector area is 10 millimeters-squared. The crystal is automatically protected against warm-up. -EDS application software to be capable of drift correction, line scans, area scans, phase analysis, bulk qualitative and quantitative analysis, and fast digital x-ray mapping for acquisition of x-ray maps up to 2048 by 1600 resolution by collecting a seri es of quick, complete frames; 256 by 200 maps in 4 seconds ; 512 by 400 in 12 seconds; 1024 by 800 maps in 40 seconds. Electron Backscattered Diffraction (EBSD) -EBSD with a high resolution digital camera capable of 1392 (H) by 1040 (V) by 12 bits megapixel resultion, fast readout of 18 MHz, 0.001 fc for full video at 10 f per sec sensitivity, and collecting and indexing a maximum of 80 points per second. -EBSD application software capable of automated orientation scans using a hexagonal or square grid, real time data collection display, data clean up based on index fit, neighbor correlation, and single orientation per grain. In addition, the software must be able to extract grain boundary positions and Euler angle data of crystals making up the grain boundary, export datasets in a .txt format and images in .bmp, and display: inverse pole figure maps, misorientation distribution charts, grain size distributi on charts, and CSL boundaries. Computer System: -PCs running Windows 2000 or XP operating system with a minimum of a 17 inch monitor capable of 1280 by 1024 pixel resolution -PC hardware sharing program to allow control of multiple computers with one mouse and keyboard -Applicable software, license, and documentation Other: -System calibration sample -Specimen holder -Specimen mounting base -Shipping and insurance -Installation -On-site training of SEM, EDS, and EBSD system and software usage -Warranty -1 year service contract with discounted extension possibilities The contractor shall deliver, install and provide training for this system within four months after receipt of order. (vi) Delivery is required no later than four months after the award is made. Delivery shall be made to the Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed by an authorized Government Representative at the Government site. The FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.HTM or http://farsite.hill.af.mil/VFDFAR1.HTM. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The prov ision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific best value evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The ability of the proposed product to meet the Specif ications described in paragraph (v) above; 2) Past Performance. All offerors are to provide at documented history of providing similar systems. Submit the company name of the manufacturer and provide a point of contact and telephone number: and 3) Total Price for the line item. (b) Offerors are required to submit technical information. (i) Technical Information, means clear and convincing evidence that the product(s) offered meet fully the specifications contained in paragraph (v) above (e.g., cuts, illustrations, specifications, drawings, etc.). This information is required to establish, for the purpose of evaluation and award, details of the product offered, and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the offered product. It does not include other information such as that used in determining the responsibility of an offeror or for operating or maintaining equipment. (ii) Technical Information must be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in this sol icitation for receipt of pr oposals. (c) Failure of Technical Information to show that the product(s) offered conforms to the requirements of this solicitation may result in the proposal being determined unacceptable. (d) Failure to submit Technical Information as required above may result in the proposal receiving no further consideration (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, 52.203-6, 52.212-1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52 .232-33, 252.225-7012, 252.225-7001, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 and 252.247-7024. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.005-4401, 52.032-4418, 52.045-4400. (xiii) The following notes apply to this announcement: N/A (xiv) Offers are due on 04 September 2006, by 10:00 AM, Eastern Standard time, via email to rstoltz@arl.army.mil. For information regarding this solicitation, please contact Robin Stoltz, Contract Specialist, 301-394-3381, rstoltz@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01122298-W 20060824/060822221614 (fbodaily.com)
 
Source
FedBizOpps 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.