SOLICITATION NOTICE
66 -- Plasma Cleaner for Electron Microscope Samples and Holders
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NB837020-7-05526
- Response Due
- 7/9/2007
- Archive Date
- 7/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This procurement is being set aside 100 percent for small businesses. The National Institutes of Standards and Technology has a requirement for one (1) Plasma Cleaner for Electron Microscope Samples and Holders. LINE ITEM 0001: Quantity One (1) each Plasma Cleaner for Electron Microscope Samples and Holders, meeting or exceeding the following required minimum specifications: 1. Must be capable of cleaning both samples and sample holders simultaneously; 2. Must be capable of cleaning scanning electron microscopy (SEM) stubs in the plasma; 3. Must be capable of cleaning small bulk specimens before SEM analysis; 4. Must be capable of cleaning side-entry transmission electron microscopy (TEM); 5. Must be capable of evacuating a separate vacuum ?pumping station? with vacuum sleeves for storage of TEM side-entry holders; 6. Must utilize a high frequency (HF) inductively-coupled plasma to clean the samples; 7. Must operate using an HF frequency of at least 13 MHz but no more than 45 MHz; 8. Must be compatible with a plasma gas mixture of 25 percent oxygen and 75 percent argon; 9. Must be capable of operating in an HF plasma ?low power? mode, defined as less than 100 Watts forward HF power; 10. Must operate with a base vacuum pressure of 3 Pa (0.022 Torr, 0.03 mbar) or lower; 11. Must be capable of terminating the cleaning process using an automatic timer in addition to manual termination; Delivery shall be completed in accordance with the manufacturer?s commercial schedule. Delivery terms shall be FOB Destination. FOB Destination means 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 will be made to the party 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 Experience, and 3) Price. Technical Capability and Past Experience when combined are of equal importance to price. Past Experience and Price shall be evaluated only on quotations determined technically acceptable in accordance with the Technical Capability evaluation criteria. ***Award will be made on a best-value basis. Under the Technical Capabilities factor, strongest consideration will be given for a system with one or more of the following additional features or capabilities: 1. A base vacuum pressure of 10E-5 Pa (7.5 x 10e-8 Torr, 10E-7 mbar) or lower; 2. A main chamber pumped by a turbomolecular pump or other oil-free vacuum system; 3. Ease of use and simplicity of operation, including turn-key cleaning and ease of selection of suitable cleaning parameters such as gas flow and plasma power; 4. The ability to handle multiple plasma process gas mixtures through the use of multiple gas inlet ports, mass flow controllers, gas distribution manifolds, and process gas mixing controls; 5. Compatibility with a wide variety of process gases and gas mixtures, including argon, oxygen, hydrogen, methane, etc. 6. A variable plasma power setting capable of operation as low as 1 Watt and as high as 100 Watts; 7. The availability of ports for cleaning transmission electron microscope (TEM) side-entry holders designed to operate with microscopes from multiple manufacturers; 8. Front panel indicators displaying forward and reflected HF power and chamber vacuum level. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, 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 herein. Past experience shall be evaluated to determine the degree of the contractor?s experience in manufacturing the same or similar equipment. The Contractor must demonstrate that they have manufactured and provided to customers at least 3 units that are identical to or similar to the unit they are quoting. The degree of relevance between units demonstrated and the unit quoted shall be considered. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.225-2 Buy American Certificate Offerors must complete annual representations and cerifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration 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: (5) 52.219-6, Notice of Total Small Business Set-Aside (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (19)52.222-36, Affirmative Action for Workers with Disabilities (23)52.225-1, Buy American Act--Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. 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 quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses the above line items. 2). Two (2) originals of technical description and/or product literature; This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 pm local time on July 09, 2007. EMAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD,
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01326831-W 20070627/070625220304 (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 |