SOLICITATION NOTICE
66 -- Electron Energy Analyzer Commercial Purchase
- Notice Date
- 11/24/2008
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017809R3004
- Response Due
- 12/15/2008
- Archive Date
- 12/15/2008
- Point of Contact
- Phil Makely 540-653-5832 Phil MakelyVoice: 540-653-5832,Fax: 540-653-6810,Email: phillip.makely@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-09-R-3004, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. NAICS 334516 applies. The Government intends to purchase a Hemispherical Electron Energy Analyzer. The item being purchased must meet all of the following technical requirements: 1) Must mechanically attach to and function in a Vacuum Generators (VG) Microtech Ultra-high vacuum chamber and must mate properly to its chamber flange. Physical dimensions must be as follows: Port size-4.5" outer diameter mounting flange, Flange to Sample Distance-240 mm, Lens Diameter-62.5 mm. Analyzer housing must be made of mu metal. 2) Must be a full 180 degree hemispherical design with a transfer lens and a mean radius of greater than or equal to 110 mm. 3) Must be capable of performing x-ray photoelectron spectroscopy (XPS), auger electron spectroscopy (AES), and ultraviolet photoelectron spectroscopy (UPS). 4) Must be equipped with a complete suite of data acquisition software that can generate and record test results quickly and accurately with ASCII (text) format files. 5) Must be able to limit the acceptance ! angle for optimum energy resolution in a large gap analyzer. 6) Must include an aperture mechanism in the lens for small area XPS and Angle Resolved XPS applications. 7) Must have seven or more detection channeltrons and a variable slit mechanism. 8) Analyzer must include a complete electronics control package with a high stability spectrometer control unit, an associate slave unit, and a pre-amplifier. 9) Must have a lens power supply and all necessary connecting cables. 10) Must have four or more sets of variable analyzer slits encompassing 5mm, 4mm, 2mm, 1mm, and 4mm/4mm aperture/slit dimensions. 11) Must provide the following capabilities (defined using 4mm/4mm aperture/slit with appropriate lens aperture combinations): 100 m, 200 m, 350 m, and 600 m. 12) Must provide a working distance between sample and lens ranging between 23.5 and 40 mm. 13) Must be capable of constant analyzer energy (CAE) and constant retard ratio (CRR) operating modes. 14) Must have an energy! range of 0-2500 eV and a pass energy range from.5-204 eV. 15) Retard ratio values must range between 1:1 and 100:1 in integer steps. 16) Minimum scan step size must be as follows: XPS-3.124 meV over 0-2.5 keV range, AES-3.124 meV over 0-2.5 keV range, UPS- 3.124 meV over 0-325 eV range. 17) The analyzer must be capable of achieving an ultimate resolution < 0.46 eV FWHM at the Ag 3d 5/2 using monochromatized x-ray source. Evaluation Criteria for Submissions of Proposals: The provision at FAR 52.212-2 Evaluation - Commercial Items is incorporated. The Government intends to award on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Performance Requirement Compliance - Technical capability areas of emphasis include the degree to which the analyzer satisfies the technical requirements described above, the degree to which the analyzer matches up to the vacuum generator analysis equipment, the selection of slit sizes, the number of detectors in the detection systems, the degree to which the controls of the energy analyzer are automated, and other closely related criteria. (2) Ease of Use, Compatibility, and Dual Use - The proposals will be assessed based on the ease of use of the software, controls, and data recording function (to include accompanying data software and hardware setup and usability). Setup times and ability to acquire data quickly will be assessed. How well the apparatus adapts to the three types of testing (XPS, AES, and UPS) analyses will also be assessed. (3) Past Government Contract Performance - The proposals must contain three Government references. References shall be assessed based upon quality of products delivered, timeliness, manufacturer support, or related performance indicators. (4) Price - The proposals will be evaluated as to price fairness and reasonableness. While not the only criterion for evaluation, the degree of importance assigned to price competitiveness will rise as the degree of equality of the proposals received increases. When evaluating proposals, criterion 1 will be assessed with the highest level of importance proportionally equal to that of criteria 2, and 3 combined. The evaluation criteria are ranked as follows: Criterion 1 - Performance requirement compliance - Highest Level of Importance. Criterion 2 - Ease of use, compatibility, and dual use - Second Highest Level of Importance. Criterion 3 - The past government contract performance -Third Highest Level of Importance Criterion 4 - Price will be examined to discern between proposals of equal or close to equal merit. Offerors shall address how their proposed equipment meets the stated specifications. Clauses and Provisions Representations and Certifications required in FAR 52.212-3, Alt. 1 and DFAR 252.212-7000 must be completed and submitted with the offerors' proposals. The offeror completes the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 - Central Contractor Registration FAR 52.212-1 - Instructions to Offerors-Commercial Items 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2008)(DEVIATION) 52.212-4 - Contract Terms and Conditions-Commercial Items DFAR 252.204-7004 ALT A - Required Central Contractor Registration DFAR 252.211-7003 or 252.211-7003 - Alternate I Item Identification and Valuation DFAR 252.225-7001 - Buy American Act and Balance of Payments Program The Government will consider proposals from all responsible sources, which clearly evidence capability to provide the analyzer within the required delivery schedule. Delivery of the product is required no later than 31 May 2009. Proposals based upon FOB destination, complete with estimated delivery dates and warranty information, must be submitted via email to phillip.makely@navy.mil NLT 21 days after publication date of this notice, and must reference Solicitation Number N00178-09-R-3004. Closing time and date is 21 days after publication of this notice. Document Type:1. Synopsis/Solicitation Number: N00178-09-R-3004 Combined Synopsis/Solicitation Response Date: 12/15/2008 (Required Field in NECO) Block 17/Description-Synopsis Text: 2. BAA ___N/A____________ 3. Amendment #: _______ Date: ______________Closing Date Changed to: _______ 4. Solicitation: Solicitation #: _________________ Issue Date: ________________ Close Date: ________________ 5. Award Synopsis: CLINS: Synopsis #: Contract #: Contract Award Date: Award Amount: Company Awarded To and Address:
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=75930324f676663af1b0d71ff5c9cf7a&tab=core&_cview=1)
- Record
- SN01709771-W 20081126/081124215310-75930324f676663af1b0d71ff5c9cf7a (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 |