Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

66 -- SCANNING PROBE MICROCOPES SYSTEMS

Notice Date
June 11, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
176070-176897
Response Due
June 25, 2001
Point of Contact
Carol K. Sharp, Contracting Officer, Phone (216) 433-2771, Fax (216) 433-2480, Email Carol.K.Sharp@grc.nasa.gov
E-Mail Address
Carol K. Sharp (Carol.K.Sharp@grc.nasa.gov)
Description
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). 1. SCANNING PROBE MICROSCOPE SYSTEM, 1 ea. per the following: The instrument shall be capable of measuring topographic, magnetic, and electrical properties of sample surfaces. The SPM shall be able to perform the following modes of operation: Contact AFM, Non-contact AFM, Lateral Force AFM, Tapping Mode AFM, Fluid operation, Electric Force Microscopy, Magnetic Force Microscopy, Surface Potential Microscopy, Scanning Tunneling Microscopy, Force-Volume Imaging, and Phase Imaging. 7 The system shall include an on-board lock-in amplifier for phase imaging whereby characterization of the cantilever's phase response to short and long-range tip-to-sample forces is quantifiable. 7 The system shall offer up to 4,000 data point per scan line for the highest resolution available. 7 The SPM controller shall contain at least three independent 16-bit digital to analog converters (DAC) per axis (X,Y, &Z). 7 The system shall provide simultaneous display of at least three images or scope traces consistent with the data acquisition mode as acquired. These images may be topography, phase contrast, auxiliary channel, force volume, Lateral Force (LFM), electric force (EFM) or magnetic force (MFM) (in phase, frequency or amplitude detection mode), real time linearized forward and reverse scan direction and other combinations. 7 The system shall provide an option to perform non-square scans of the specimen surface. The aspect ratio for these non-square scans shall be user selectable from 1:1 to 1:32. 7 The system shall provide the ability to perform a lift mode operation when measuring long-range force field gradients emanating from the sample surface. 7 One scanner shall be supplied with the system with x,y,z ranges of 10mm,10mm, 2.5mm. 7 One scanner shall be supplied with the system with x,y,z ranges of 125mm,125mm, 5.0mm. 7 The system shall include a sample-heating accessory capable of heating a sample to 250 0C under ambient pressure with a resolution of 0.1 0C, an accuracy of 3.0%, a temperature drift of +/- 0.25 0C, and an overshoot of less than 1.0 degree. 7 The system shall include an optical microscope (450X magnification min.) with output to video, color CCD camera, and a color monitor for optically viewing of the tip and the sample surface. 7 A vibration isolation tripod stand shall be supplied. 7 In addition, the system shall include all manuals, cables, and interconnects. 7 On-site installation and training shall be included 2. SCANNING PROBE MICROSCOPE SYSTEM, 1 ea. per the following: The instrument shall be capable of measuring topographic, magnetic, and electrical properties of sample surfaces. The SPM shall be able to perform the following modes of operation: Contact AFM, Non-contact AFM, Lateral Force AFM, Tapping Mode AFM, Fluid operation, Electric Force Microscopy, Magnetic Force Microscopy, Surface Potential Microscopy, Scanning Tunneling Microscopy, Force-Volume Imaging, and Phase Imaging. 7 The system shall include an on-board lock-in amplifier for phase imaging whereby characterization of the cantilever's phase response to short and long-range tip-to-sample forces is quantifiable. 7 The system shall offer up to 4,000 data point per scan line for the highest resolution available. 7 The SPM controller shall contain at least three independent 16-bit digital to analog converters (DAC) per axis (X,Y, &Z). 7 An electrochemical AFM converter base for the SPM shall be supplied. 7 The system shall include an atmospheric hood for the SPM with a 5x lens for the optical microscope. 7 The system shall provide simultaneous display of at least three images or scope traces consistent with the data acquisition mode as acquired. These images may be topography, phase contrast, auxiliary channel, force volume, Lateral Force (LFM), electric force (EFM) or magnetic force (MFM) (in phase, frequency or amplitude detection mode), real time linearized forward and reverse scan direction and other combinations. 7 The system shall provide an option to perform non-square scans of the specimen surface. The aspect ratio for these non-square scans shall be user selectable from 1:1 to 1:32. 7 The system shall provide the ability to perform a lift mode operation when measuring long-range force field gradients emanating from the sample surface. 7 The system shall include an optical microscope (450X magnification min.) with output to video, color CCD camera, and a color monitor for optically viewing of the tip and the sample surface. 7 A vibration isolation tripod stand and a vibration isolation table (600lbs, 31"x 24"x 24") shall be supplied. 7 Silicon Nitride nanoprobes for the SPM Shall be included. 7 In addition, the system shall include all manuals, cables, and interconnects. 7 On-site installation and training shall be included. The provisions and clauses in the RFQ are those in effect through FAC 97-23. The NAICS Code and the small business size standard for this procurement are 334516 and 500, 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 Glenn Research Center is required within 45 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 COB June 25, 2001 and may be mailed or faxed to Carol K. Sharp, Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135, FAX (216) 433-5185 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 shall provide 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. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001) (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. _X__ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X__ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X__ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X__ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X__ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X__ (18) 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d). _X__ (19)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. _X__ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X__ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). _X__ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). _X__ (24) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). _X__ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. 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 June 18, 2001. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. 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=22 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
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#176070-176897)
Record
Loren Data Corp. 20010613/66SOL012.HTM (D-162 SN50O5U0)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com