COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643 NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 66 -- SCANNING PROBE MICROSCOPE SOL 1-168-RCA.1108 DUE 072800 POC
Kimberly D. Duncan, Contract Specialist, Phone (757) 864-3566, Fax
(757) 864-6966, Email k.d.duncan@larc.nasa.gov -- Susan E. McClain,
Contracting Officer, Phone (757) 864-8863, Fax (757) 864-9775, Email
s.e.mcclain@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-168-RCA.1108. E-MAIL: Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. This
notice is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP) in accordance with FAR Part 13.5 Test Program. 1 EACH
-- Scanning Probe Microscope (Atomic Force Microscope (AFM)) with
options for topographic, magnetic, electrical, force, electrochemical
and mechanical property measurement capabilities with the following
specifications: SPECIFICATIONS FOR ATOMIC FORCE MICROSCOPE (AFM): 1.
The AFM shall be capable of topographical imaging via contact mode,
intermittent contact mode or non-contact mode in air; 2. The AFM shall
be capable of topographical imaging via contact or intermittent
contact mode in fluids; 3. The AFM shall be capable of providing image
contrasts as a result of variations in sample composition, friction,
hardness, adhesive properties and viscoelastic properties; 4. The AFM
shall be capable of measuring the magnetic force gradient distribution
above the sample surface without artifacts due to height differences
resulting from the sample topography; 5. The AFM shall be capable of
measuring the electric field gradient distribution above the sample
surface without artifacts due to height differences caused by sample
topography; 6. The AFM shall be capable of measuring
elasticity/stiffness of the sample surface features and providing
quantitative values after calibration; 7. The AFM shall be capable of
measuring frictional forces between chemical groups attached to the
probe tips and the sample surface; 8. The AFM shall be capable of
measuring surface hardness via nanoindenting, and film adhesion and
durability via scratching; 9. The AFM shall be capable of measuring
attractive, repulsive and adhesive forces between the tip and the
sample during approach, contact and separation; 10. The AFM shall be
capable of displaying images of force variation and topography, as well
as individual force curves at any point of the sample; 11. The AFM
shall be capable of providing morphological imaging of surfaces in
electrolyte solutions with or without potential control; 12. The AFM
shall be capable of obtaining topographical images using tunnelling
current on conductive samples with currents covering the range of at
least 50 pA -- 100 nA; 13. The AFM shall include an optical viewing
system to provide a vertical optical view of the tip and sample
surface. The optical microscope shall be capable of magnification up to
at least 450X. The images shall be accessible on an external color
monitor; 14. The AFM shall have the capability of obtaining images of
samples heated up to at least 2000C; 15. The AFM shall have provision
for an environmental chamber with ports that allow changes in the
atmosphere that a sample can be subjected to. The environmental chamber
shall not prevent access to the viewing of the sample on the external
monitor; 16. The AFM design shall allow for minimal coupling between
the lateral and vertical motion of the cantilever. Image noise due to
vertical non-linearity is not acceptable. The AFM scanner shall be
capable of linear output for the scan sizes ranging from 5 nm -- 905m;
17. The Digital to Analog converter of the AFM system shall have
capability for proportionally scaling down of any noise as the scan
size is decreased; 18. The Contractor may be asked to demonstrate all
the capabilities specified above before acceptance of a bid at the
Contractor's expense; 19. The contractor shall provide technical
support on operation, applications and troubleshooting of the
instrument when necessary. The provisions and clauses in the RFQ are
those in effect through FAC 97-18. The SIC code and the small business
size standard for this procurement are 3826 and 500 employees,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to NASA Langley Research Center is required within
approximately 30 days ARO. Delivery shall be FOB Destination. The DPAS
rating for this procurement is DO-C9. Quotations for the items(s)
described above are due by 4:30 p.m. local time, July 28, 2000 and may
be mailed or faxed to NASA Langley Research Center, Attn: Kim Duncan,
Mail Stop 126, Hampton, VA 23681-2199 or faxed to 757-864-6966 and
include, solicitation number, FOB destination to this Center, proposed
delivery schedule, discount/payment terms, warranty duration (if
applicable), taxpayer identification number (TIN), identification of
any special commercial terms, and be signed by an authorized company
representative. Quoters are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.
Quoters shallprovide 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 quoter
shall so state and shall list the country of origin. The
Representations and Certifications required by FAR 52.2l2-3 may be
obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.211-17,
1852.215-84. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.222-3, 52.225-13, 52.233-3,
52.203-6, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35,
52.222-37, 52.225-3, 52.232-34 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 Questions
regarding this acquisition must be submitted in writing no later than
July 20, 2000. Award will be based upon overall best value to the
Government, with consideration given to the factors of proposed
technical merits, price and past performance; other critical
requirements (i.e., delivery) if so stated in the RFQ will also be
considered. Unless otherwise stated in the solicitation, for selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See NASA Specific Note "B". It is the quoter's
responsibility to monitor the following Internet site for the release
of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential
quoters 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 Posted 07/13/00
(D-SN474584). (0195) Loren Data Corp. http://www.ld.com (SYN# 0308 20000717\66-0006.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|