Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOLICITATION NOTICE

B -- Portable Scanning Electron Microscope With Integrated Energy Dispersive Spectroscopy - 80nssc18q0335

Notice Date
2/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
80NSSC18Q0335
 
Point of Contact
Kimberly D Thomas, Phone: 8776772123
 
E-Mail Address
Kimberly.d.thomas@NASA.gov
(Kimberly.d.thomas@NASA.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Portable Scanning Electron Microscope With Integrated Energy Dispersive Spectroscopy National Aeronautics and Space Administration NASA Shared Services Center Stennis Space Center, MS 39529-6000 2/22/2018 SUBJECT: Request for Quotation (RFQ) 80NSSC18Q0335, Portable Scanning Electron Microscope With Integrated Energy Dispersive Spectroscopy This solicitation includes the following sections: 1. Statement of Work/Bid Schedule - Section 1 2. Instructions to Offerors - Section 2 3. Solicitation Provisions/Representations and Certifications - Section 3 4. Clauses/Terms and Conditions - Section 4 5. Quote Evaluation Criteria - Section 5 SECTION 1 STATEMENT OF WORK/BID SCHEDULE This a Brand Name or Equal To requirement. STATEMENT OF WORK Portable Scanning Electron Microscope With Integrated Energy Dispersive Spectroscopy 1.0 INTRODUCTION This Statement of Work (SOW) describes the requirements for a miniature, portable scanning electron microscope (SEM) with an integrated energy dispersive spectroscopy (EDS) system to be provided to the Materials Evaluation Laboratory (MEL) at the NASA Johnson Space Center (JSC). The system shall also have the capability to evaporate precious metals (silver, gold, iridium, and palladium) with an integrated metal evaporator. 2.0 REQUIREMENTS The vendor shall provide a portable SEM which includes an integrated EDS system and metal evaporator that meets all JSC technical requirements as listed below in section 2.1, TECHNICAL REQUIREMENTS. 2.1 TECHNICAL REQUIREMENTS 1. SEM Base Unit Weight The SEM system shall not exceed 20 kg in the final configuration. 2. SEM Base Unit Dimensions The SEM system shall not exceed 12 inches X 12 inches X 18 inches. 3. SEM Base Unit Power Requirements The SEM system shall not exceed 100 W during operations. The system shall also be compatible with the International Space Station Emerald laptop power bricks (16 VDC, 92 W). 4. SEM Gun Column Requirements The electron optical gun column shall produce a 1-10 kV accelerating voltage operating range with an imaging resolution of 300 nm or better. The gun column shall contain the following capabilities; 1) Auto-tuning 2) Auto-focus 3) Automated adaptive optical correction 4) Modularity for quick replacement of the consumable optical column. 5. ESD Requirements The EDS system shall be capable of element detection from beryllium to americium, with an x-ray count of 10,000 events/sec or better. The system shall have point and ID capabilities, plus integrated software controls with graphical user interface imaging. 6. Integrated Metal Evaporator The unit shall have the capability to evaporate precious metals (silver, gold, iridium, and palladium) onto the specimens. 7. Tele-operability The SEM system shall have WiFi and Bluetooth connectivity and be capable of simultaneous multi-users. 3.0 DELIVERABLES 1 - Portable SEM with three additional gun columns 2 - Integrated EDS 3 - Integrated Metal Evaporator 4 - Copies of the operation manual, preventive maintenance manual and applicable specifications and drawings 3.1 CONTRACTOR TASKS 3.1.1. Installations and Checkout The vendor shall provide on-site installation, checkout/calibrations, and a standard familiarization-sample introduction training on the instrument. 3.1.2. Safety Requirements The vendor shall provide a copy of applicable Safety and Health documents (hazardous materials lists) and a component listing of any pressurized lines, valves, or connections. 3.1.3. Documentation The vendor shall provide copies of the operations manual, preventive maintenance manual, and applicable specifications and drawings. Electronic media provided on compact disk in common format, such as MS office or Adobe Acrobat Reader is acceptable. 3.2 WARRANTY The vendor shall provide a minimum of 1 year of on-site complete system warranty on parts and labors installed against defects in material and workmanship. 3.3 DELIVERY SCHEDULE All items must be delivered to JSC MEL. Installation, startup, calibrations/system and checkouts and must be completed no later than June 1, 2018. SECTION 2 INSTRUCTION TO OFFERORS ☒52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) Addendum to 52.212-1 Quotes for the item(s) described in the RFQ are due by 2/27/2018 by 2 p.m. CT to Kimberly Thomas at Kimberly.d.thomas@nasa.gov in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Submitted Quotes shall list two points of contacts including name, phone number, and email address. All contractual and technical questions must be in writing (e-mail) to Kimberly Thomas at Kimberly.d.thomas@nasa.gov no later than 2/21/2018 by 2 p.m. CT. Telephone questions shall not be accepted. The NAICS Code for this procurement is 334516. This procurement is set aside for small business. Offeror's shall be registered at www.sam.gov in order to be considered for award. Delivery is FOB Destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80cfe17922bb178c9110aa7c639bedec)
 
Place of Performance
Address: Johnson Space Center, Houston, Texas, 77058, United States
Zip Code: 77058
 
Record
SN04831179-W 20180224/180222231518-80cfe17922bb178c9110aa7c639bedec (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.