Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2007 FBO #2039
SOLICITATION NOTICE

66 -- SCANNING PROBE MICROSCOPE CONTROL ELECTRONICS AND DATA SYSTEM

Notice Date
6/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC070205260Q
 
Response Due
7/9/2007
 
Archive Date
6/25/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is being issued as a Request for Offer (RFO) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. NASA Glenn Research Center has a requirement for a Scanning Probe Microscope SPM Control Electronics, Data Acquisition, and Data Analysis System to upgrade the capabilities of an existing Government owned JEOL 4500A Scanning Probe Microscope. I. The System, as a minimum, shall be capable of fully operating the Government?s existing JEOL 4500A SPM in accordance with the following: a. Shall be capable of fully operating the existing coarse stage motors and provide for automated probe tip to sample approach. b. Shall be capable of fully operating the closed-loop piezo-electric driven scanning stage. c. Shall be capable of operating any SPM (e.g., STM, AFM, MFM, NSOM, LFM/CSFM, KFM, SPFM) scan head configuration. d. Shall be capable of powering and controlling the existing laser, photo-detector, and cantilever system. e. Shall allow input of DC voltage to provide for both direct and indirect sample heating. f. The system shall include all of the necessary control electronics and interface hardware and software for SPM control, data acquisition, display, analysis, and image processing. g. The system shall effectively process the inputs from the existing microscope, perform the required analysis, and provide signals back to the microscope with performance that meets or exceeds the control system performance of the proprietary JEOL instrumentation. II. The System, as a minimum, shall additionally be in accordance with the following: a. The electronics and software shall be open and easily configured by the user, and provide connections that allow complete signal access. b. Shall provide at least 10 high-voltage outputs configurable to any SPM scan head. c. High-voltage output noise shall be less than 0.5 mV peak-to-peak broadband 0-300 Hz and less than 2.0 mV Peak-to-Peak Broadband 0-30 kHz. d. Shall provide at least 10 input channels with at least 16-bit A/D input resolution. e. Shall allow all input channels to be read simultaneously. f. Shall provide at least 250 kHz bandwidth on all ADC inputs and DAC outputs. g. Shall provide low-noise acquisition cables with separately shielded digital and analog lines. h. Shall provide vector-based nanolithography and real-time atomic manipulation i. Shall provide rectangular pixel grids with resolution of at least 8,192 X 8, 192 pixels. j. Shall allow Digital TTL synchronization with external instruments. k. Shall be capable of connecting any external device that can deliver a voltage output (such as a lock-in amplifier, PLL, voltmeter, and temperature controller), l. Shall provide lateral (X,Y) drift correction that is continually recalculated after every frame to enable atomic-scale feature tracking. m. Shall provide Z Thermal Drift Correction with auxiliary digital feedback loop. n. Shall provide LabVIEW command libraries for all scan control functions. III. The software as a minimum, shall be in accordance with the following: a. Data shall be quarantined against alteration so that original data always remains untouched during image processing or colorization. b. All data shall be capable of being autosaved as frequently as every line. c. Shall allow viewing of at least 10 data acquisition windows simultaneously in real time. VI. In addition to the above requirements, the System shall incorporate/include the following features: 1. Contractor shall have a demonstrated record of successful integration of the SPM Control Electronics, Data Acquisition, and Data Analysis System with multiple commercial SPM systems, including at least one JEOL 4500A SPM. 2. Contractor shall have a demonstrated record of providing technical assistance and support to research customers. 3. Contractor shall provide Installation at customer site. 4. Demonstration of system performance that meets or exceeds the current JEOL 4500A system performance. 5. At least 3 days of customer training at NASA Glenn Research Center. 6. One set of operation manual(s) that, as a minimum, instruct in the safe operation of the system. MANUALS The Contractor shall provide operational manuals that shall be written in English. Two (2) sets of operator manuals shall be included which shall document operation and maintenance of the SPM Control Electronics, Data Acquisition, and Data Analysis System. All software documentation required to operate/program/diagnose the System shall be included. DELIVERY AND INSTALLATION After delivery to the Glenn Research Center, the Contractor shall install the System and provide training in its safe operation. Installation and checkout shall be performed Monday thru Friday, non-government holidays from 8 a.m. to 5 p.m. or per other mutually agreeable times. The Contractor shall, within 24 hours after installation, demonstrate that the System is in accordance with the above specifications and perform a performance test to be witnessed by the Government. The Government will provide the material, part file and/or drawing for the performance test. TRAINING Immediately after installation, the Contractor shall provide at least three (3) days of training at the site to include set up, operation, maintenance, and programming of the System for at least (2) operators. DELIVERY SCHEDULE AND FOB POINT Delivery of Item 1 to NASA Glenn Research Center is required within 60 calendar days from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center. Items 2 and 3 shall be completed within 30 days from the delivery date. Solicitation Instructions Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to laws of a specific state or state sales tax. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 05-13. The NAIC code is 334519 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 9, 2007, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include on the envelope the solicitation number. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offers should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if the offeror uses Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) and the Representations and Certifications (52.212-3) if not currently available on BPN, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are NOT acceptable. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 thru 3 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. 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://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website covers almost all reps and certs. Vendors access it at http://orca.bpn.gov . Federal Acquisition Regulations Applicable: FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable 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 Selection Selection and award will be made on an aggregate basis for all items, to that offeror whose offer meets the specifications above, and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery schedule, the proposed. Contractor?s demonstrated record of successful integration of the SPM Control Electronics, Data Acquisition, and Data Analysis System with multiple commercial SPM systems, including at least one JEOL 4500A SPM and the Contractor?s demonstrated record of providing technical assistance and support to research customers shall also be considered. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Misc. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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 can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#125511)
 
Record
SN01327410-W 20070627/070625221324 (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.