Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
MODIFICATION

66 -- Atomic Force Microscope

Notice Date
8/27/2020 6:17:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0108
 
Response Due
9/4/2020 11:30:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Melissa A. Staudacher, Phone: 719.333.4504
 
E-Mail Address
melissa.staudacher@us.af.mil
(melissa.staudacher@us.af.mil)
 
Description
Atomic Force Microscope (AFM) System Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR part 12 & part 13 under solicitation number FA700020Q0108.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08, effective 13 August 2020. The associated North American Industry Classification System (NAICS) is 334516, with a Small Business Size Standard of 1,000 employees; the Product Service Code (PSC) is 6650. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA).� The Government bears no legal liability for the costs associated with preparing a quote.� Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote.� The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Please read and comply with all requirements for submitting a quote under the solicitation instructions and the addenda to FAR 52.212-1. Failure to comply with all instructions contained within this synopsis/solicitation could result in award ineligibility. It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. I.� DESCRIPTION OF REQUIREMENT The United States Air Force Academy (USAFA) Department of Chemistry (DFC) has a requirement to purchase one complete Atomic Force Microscope (AFM) system capable of imaging and measuring nanomaterial samples with sub-nanometer resolution. This AFM System is used in support of various cadet chemistry classes, cadet capstone and research programs. Given the technical nature of the instrument and the fact that novice users, such as cadets and faculty staff, will be operating the AFM it is essential that a device meeting the specified characteristics be procured. DFC requires an AFM that provides ease of use for amateur users, without compromising the quality of the outputs used in department research. The Atomic Force Microscope (AFM) is a complete system capable of imaging and measuring nanomaterial samples with sub-nanometer resolution. The system provided should be a complete system inclusive of all necessary items, such as computers, software, hardware, and accessories for all the specified imaging modes. The Atomic Force Microscope system must meet the specifications and requirements as stated below: Basic System Requirements.�At a minimum, the basic system components include: Main unit with standard topographic imaging modes: contact mode, resonant tapping mode, and non-contact mode Must have maximum resolution of 5K x 5K pixels Must be able to image surfaces at less than 5 nm lateral resolution Automated scan control which optimizes the scan condition without losing data quality or involving special operational modes System must accommodate large samples sizes at�50 x 50 x 20 mm (xyz) or greater Must have a motorized XY-stage and a motorized Z-stage PC and Software for data acquisition and analysis Standard Modes.�At a minimum, the standard modes must include: Contact, Intermittent (tapping, soft dynamic, or AC), Non-contact, Phase Imaging Lateral Force Microscopy (LFM), Force Distance (F-D) Spectroscopy, Force Distance Volume Mapping Advanced Modes.�At a minimum, the advanced modes must include: A nanomechanical mode with cantilevers required to measure in this mode At a minimum, must have the ability to measure mechanical properties such as stiffness and Young�s modulus Adhesion force maps should be acquired simultaneously with topography in real-time from high-speed force-distance curves Chemical force microscopy mode with cantilevers required to measure in this mode System must be able to operate in the following advanced modes with additional accessories and cantilevers required to measure in each respective mode: Magnetic force microscopy Kelvin probe force microscopy Piezoelectric force microscopy Nanoindentation Nanolithography� AFM Head.�At a minimum, the AFM Head must: Ability for single-head interoperability in various advanced modes without requiring the head to be swapped out between modes Have an AFM head and software which allows cantilever oscillation frequencies up to 3 MHz Sample.�At a minimum, the system must: Support a sample size up to 100 mm X 100 mm, 20 mm thickness Have an allowable sample weight up to 500 g XY & Z Scanner and Stages.�At a minimum, the system must: Have an XY scanner and Z scanner which is capable of both open loop and closed-loop operation Include X and Y scanner movement should be mechanically decoupled and independent from each other. The Z-scanner, which controls the vertical movement of the atomic force microscope tip, must be completely separated from the XY-scanner which moves the sample laterally Include software controlled and motorized XY stage with at least 20 mm x 20 mm travel range and minimum step size of ~0.5 �m Have an XY scanner scan range of at least 50 ?m Include software controlled and motorized Z stage with at least 20 mm travel range with a minimum step-size of ~0.08 �m Have a motorized Z scan range of at least 15 ?m or better Have a separate motorized optical focus stage on the AFM system that is synchronized to the Z-stage Allow an automated tip approach at more than 1 mm away � Cantilevers/Probes and Camera.�At a minimum, the system: Must allow for easy cantilever exchange without AFM head removal that minimizes cantilever handling with tweezers (e.g. pre-mounted cantilevers, grooves, etc.) Newly mounted cantilevers should be pre-aligned to enable automatic laser alignment Must allow users to mount and operate cantilever(s) purchased from 3rd party vendors Must provide on-axis top view of sample and cantilever � AFM Controller, PC and Software.�At a minimum, the system must: Contain an AFM controller with a high-performance processing unit and a minimum of 3 built-in digital lock-in amplifiers Have a controller with built-in digital outputs for triggering, i.e.:� Pixel, Line, Image frame, tip-bias modulation Have a controller capable of enabling the simultaneous acquisition of up to 16 images Have a controller capable of enabling the acquisition of images up to 4096 � 4096 pixels A new PC with the following specifications or better: Intel(R) Core(TM) i7 CPU or compatible New LED monitor(s) (1920 � 1080 pixel, DVI) Operating System: Microsoft Windows 10 Professional 64 bit (English) Separate software packages for data analysis and data acquisition Data acquisition and imaging processing programs with the capability to run/operate simultaneously Data analysis software. Must have: Ability to run on external Windows 10 PCs Able to perform standard AFM analysis functions to include profile tracer, line measurement of height, line profile, power spectrum, average roughness, volume, surface area, Ry, Rz, grain analysis etc. � Accessories and Additional Requirements: An acoustic enclosure must be supplied together with the AFM. It should be environmentally sealed to block external acoustic and light noise AFM must come with a vibration isolation system that provides active vibration isolation to cancel out the floor vibration The vibration isolation system must not require a pressurized gas supply Any additional hardware required to operate the AFM should also be included (PC, modem, keyboard, power cables etc.) A 1-year warranty must be included Installation and on-site training are required It is the USAF Academy�s preference/intent to acquire only domestic end products per the Buy American statute (41 U.S.C. chapter 83), except as provided in FAR 25.103. Foreign quotes will be evaluated per DFARS 225.502 when comparing domestic and foreign quotes. This requirement is for commercial off-the-shelf items, therefore the manufacturing country of origin will determine if items are foreign or domestic. For your convenience, a fill in version of the Buy American Statute Certificate (DFARS 252.225-7000) is included as attachment #1 of this solicitation. Provide the pricing for the following line item: Line Item� � � � �Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Qty� � ��� Unit of Issue� � � � �� �Unit Price� � � � � � �Extended Price 0001� � � � � � � � � � Atomic Force Microscope (IAW solicitation� � � �1� � � � � � � � � � Each� � � � � � � � � � �$� � � � � � � � � � � � � � � �$ � � � � � � � � � � � � � � � # FA700020Q0108, detailed specifications � � � � � � � � � � � � � � �and performance requirements). Includes � � � � � � � � � � � � � � �shipping, extended warranty, and on-site � � � � � � � � � � � � � � �training/device orientation. Delivery:� Delivery must be F.O.B Destination to U.S. Air Force Academy, CO 80840.� Any applicable shipping costs must be factored into the overall unit price. Do not include a separate line item for shipping charges. The Government will not consider quotes that are a FOB point other than destination. Inspection/Acceptance:� The Government will inspect and accept supplies at the Government�s location, U.S. Air Force Academy, CO 80840.� Payment on invoices cannot be made until the Government has accepted the supplies. Descriptive Literature: In order for products to be considered by the Government, they must meet the physical, functional, or performance characteristics specified in this solicitation. Clearly identify brand name and model. Include products� descriptive literature, such as illustrations, specification data sheets, or product brochures that clearly identify that the product meets or exceeds the Government�s requirements. II. SOLICITATION INSTRUCTIONS 1.� NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation is being issued IAW FAR Parts 12 and 13 as a RFQ. IAW FAR 13.004, in all instances throughout this solicitation any use of the word ""proposal"" should be understood as ""quote"". All instances of the word ""offeror"" should be understood as ""quoter"". All instances of the word ""award"" should be understood as ""order"". Quotes supplied in response to this solicitation are not binding. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The offer must be complete, stand alone, and respond directly to the requirement of this solicitation. Offerors must comply with all instructions contained in the addenda to FAR 52.212-1, Instructions to Offerors--Commercial Items (listed below). Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. � 2. �The provision at FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018), and the addenda listed below applies to this acquisition.� ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: ����� (1) Submit signed and dated quote via e-mail to: � 10th Contracting Squadron � 10 CONS/PKC, Attn: Melissa Staudacher � 8110 Industrial Drive, Suite 200 � USAF Academy, CO 80840-2315 �Email address is melissa.staudacher@us.af.mil �Phone number is (719) 333-4504� ����� (2) Quotes must be submitted by 4 September 2020, 12:30 p.m. Mountain Daylight Time. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation.� (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications.� Requests for clarification and information concerning the solicitation must be provided in writing no later than 4 days prior to closing.� Answers will be compiled and posted electronically to beta.SAM.gov.� All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) �General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information.� The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Descriptive literature and technical specifications must contain adequate information to judge if products meet or exceed the characteristics supplied in the solicitation and address each salient characteristic listed.� (2) �Specific Instructions. Quotes shall consist of three parts, as identified below. PRICE QUOTATION.� Submit the price quote in accordance with the contract line item (CLIN) structure listed in this solicitation.� Price quotes must be firm-fixed price,� to include Prices quoted must be firm fixed-price to include shipping and handling charges based on F.O.B Destination.� Quotes received with FOB: Other than Destination will not be considered. TECHNICAL/DESCRIPTIVE LITERATURE.� Offerors must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the detailed specifications and performance requirements (salient characteristics) in contract line item number (CLIN) 0001 of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each performance requirement characteristic listed. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. If an offeror cannot comply with every requirement, the quote may not be considered.� Warranty information is also required.� CONTRACT DOCUMENTATION (Representation and Certification) Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements.� Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): FAR 52.212-3, Offeror Representations and Certifications � Commercial�Items (Alt I) (Oct 2014). The Quoter shall complete paragraphs (c) through (u) of this provision (as applicable) if information listed in the electronic representations and certification in the System for Award Management (SAM) is not current or accurate at the time of submitting the quote. A full-text copy of this provision can be obtained by e-mailing the point of contact listed under the addendum to FAR 52.212-1, �submission of quotes�. If the electronic representations and certification in SAM is current and accurate, the quoter will include a statement to this fact with their price quote. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). The Government preference is for a quoter/offeror that can provide the representation at FAR 52.204-24 that it ""does not"" use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services (see FAR 4.2103(a)(1)(i)).� If the quoter/offeror is unable to provide this representation, the quote/offer/proposal may be unawardable and the government evaluation of that quoter/offeror will stop. � DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (Nov 2014). (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. e. Addendum to FAR 52.212-1(h), Multiple awards is amended as follows: �The Government will award a contract on an �all or none� basis, multiple awards shall not be contemplated.� (End of Addendum) 3.� The provision at FAR 52.212-2, Evaluation � Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Solicitation Requirements. Award of this requirement will be offered to the quoter IAW 52.212-2, found herein. ���� ADDENDA TO FAR 52.212-2: BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR parts 12 and 13. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. Tradeoffs will not be made and no additional credit will be given for exceeding acceptability. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition.� Upon examination of the initial quotes, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness IAW FAR 13.106-3. Quotes will be evaluated in the order outlined below: (1) Solicitation Requirements and Responsiveness. All quotes submitted will be reviewed for completeness to determine if they meet the solicitation criteria outlined in the addenda to FAR 52.212-1. The offer shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Offerors who fail to meet solicitation criteria will not be evaluated further. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. The Government may choose to waive or correct informalities and minor irregularities in offers received. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale in part (c) Contract Documentation. (2) Price Evaluation. (a)� The government will rank all quotes that have adhered to the solicitation requirements by price (lowest to highest total evaluated price). An offeror�s proposed price will be determined by multiplying the quantity by the contractor�s proposed unit price to confirm the extended amount for each contract line item (CLIN). The unit price of the vendor�s quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation.� No advantage will accrue to a vendor who quotes an unrealistically low price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price. Failure to propose any item may cause the vendor�s quote to be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness and affordability of the quoted price. (b) If the lowest price quote passes technically, that quote represents the best value for the Government and the evaluation process shall stop at this point. An award will be based on a best value of price and technical acceptability of the quote. An award will be made to that offeror without further consideration of any other quotes. The evaluation process will continue in this manner until a vendor�s quote passes the technical evaluation. If no quotes are considered technically acceptable, the solicitation maybe canceled. (3) Technical Information. Quotes will be reviewed to determine if the items submitted satisfies the requirements outlined in this solicitation. The technical information will be evaluated on a Pass/Fail basis as meeting or exceeding the salient characteristics. (4) Responsibility. The quote will be reviewed for exclusions or derogatory information in System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS), and other sources available to the Government. Offerors with exclusions or derogatory information will not be evaluated further. (End of Addendum) 4.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c)� Changes.� Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). III. ADDITIONAL PROVISIONS AND CLAUSES The contracting officer has determined the provisions and clauses listed in attachment #2�to be necessary for this acquisition.� The full text of each provision and clause can be viewed at: FAR:� https://acquistion.gov/browse/index/far DFARS/AFFARS:� https://acquisition.gov/content/supplementalregulations IV. ATTACHMENTS TO THIS SOLICITATION 1.� CONTRACT DOCUMENTATION (Representation and Certification) 2.� PROVISIONS AND CLAUSES
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ea00a0d322a4068bea99330e24b7321/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05775499-F 20200829/200827230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.