COMMERCE BUSINESS DAILY ISSUE OF MAY 1, 2001 PSA #2841
SOLICITATIONS
66 -- NEAR FIELD SCANNING OPTICAL MICROSCOPE
- Notice Date
- April 27, 2001
- Contracting Office
- Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-KK05
- Point of Contact
- Kevin M. King, Contract Specialist, Code 3220.KK, (202) 767-1495, Wayne Carrington, Contracting Officer
- E-Mail Address
- click here (king@contract.nrl.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, 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. This solicitation, N00173-01-R-KK05, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-24 and for Defense Federal Acquisition Regulation Supplement (DFARS) and the Naval Acquisition Procedures Supplement (NAPS) effective through 03 APR 01. The small business size standard for this acquisition is 500 employees and the NAICS code is 333314. This acquisition is unrestricted. 66. -. NEAR FIELD SCANNING OPTICAL MICROSCOPE The Naval Research Laboratory, (NRL) has a requirement for CLIN 0001, Near Field Scanning Optical Microscope System. NRL requires a dual near-field scanning optical microscope(NSOM)/atomic force microscope(AFM) capable of optical imaging below the diffraction limit of visible light(<200 nm) and nanometer-scale atomic force imaging. NRL's objective is to acquire a multifunctional simultaneous-use NSOM, AFM and optical microscopy system with direct-write nanolithography capability. The contractor shall install, test, and demonstrate a near field scanning optical microscope system at NRL This microscope must meet or exceed the following specifications: 1. The microscope must have a three dimensional flat scanning stage with a central aperture enabling a clear vertical axis for placement of microscope lenses from above or below to allow sample analysis in both reflection and transmission modes simultaneously. This three dimensional scanning stage must be capable of high resolution scanning at the nanometer scale with a minimum 50 micron scan range in the x, y and z directions. The scanning stage must be less than one centimeter thick in the region where samples are placed so as to allow use with a variety of upright and inverted optical microscopes. The scanning stage must be a part of a fully integrated system for doing simultaneous AFM, NSOM and far-field optical microscopy. Furthermore, the scanning stage must be capable of sample repositioning in 0.5 centimeter steps with micrometer resolution. 2. The microscope must be capable of using cantilevered optical fiber probes which provide normal force sensing. 3. The microscope must have the ability to use industry-standard AFM-type silicon cantilevers. 4. The microscope must have both NSOM and AFM contact, non-contact and intermittent contact operating modes. 5. The microscope must be capable of direct-write nanolithography of various chemical materials within a sealed chamber for controlled environments, which may include gas delivery. 6. The microscope must be capable of simultaneous AFM/NSOM measurements of magnetic materials in an electrolytic solution within a non-magnetic wet cell. 7. The microscope must have the ability to be controlled by an existing NRL owned Digital Instruments (Model No. 3A ) Nanoscope control system and be compatible with existing NRL owned Zeiss microscope systems. 8. The price of the system must include installation at NRL by the contractor. The contractor shall demonstrate that the system is in compliance with any of the specifications above, as deemed appropriate by the COR. 9. Installation must be performed within 30 days of receipt of the equipment at NRL. 10. Training: The contractor must provide instruction to four individuals designated by the COR in the operation, alignment, maintenance, and troubleshooting of the near field scanning optical microscope system. The instruction shall take place within 30 days of the receipt of the equipment at NRL. The instruction can, but need not necessarily, be performed in conjunction with the system installation and testing described in paragraph 8. The duration of the training shall be for four days. 11. The contractor shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. These warranty terms must be included in the system price. 12. Documentation: The contractor shall provide at least two (2) copies of all written documentation customarily provided to the public with a commercial item. This shall include users manual(s) or equivalent as well as copies of any software, and any manuals for the software included with the system, if customarily provided. One copy of the documentation must be received at NRL with the system hardware, unless other arrangements are agreed to by the COR. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Ave. S.W. Washington, DC 20375-5326, FOB Destination, no later than 90 days from date of award. The FAR and DFAR provisions and clause cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies or Services that has been determined to comply with the requirements of the solicitation. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-CommerciaI Items, (Web site http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. In re. FAR 52.212-3(i)(1), the following end products being acquired under the solicitation are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor: None. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-13, FAR 52.232-33 and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited applicable to this acquisition are: DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.242-247-7023 DFARS 252.204-7004, Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Any questions generated, as a result of this solicitation must be received no later than 10 days before the closing date. Original and two (2) copies of the Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220:KK 4555 Overlook Ave. S.W. Washington, DC 20375-5326, and received no later than 4:00 p.m. E.S.T. on 31 MAY 2001. The package should be marked RFP N00173-01-R-KK05 Closing Date: 31 MAY 2001. For more information regarding this solicitation contact Kevin M. King, Contract Specialist at (202) 767-1495. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number KK05.
- Record
- Loren Data Corp. 20010501/66SOL006.HTM (W-117 SN50K5C7)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on April 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|