The RFP Database
New business relationships start here

Atomic Force Microscope System


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a combined synopsis and solicitation for commercial services 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.

 

Request for Quotation (RFQ) number is N66604-18-Q-2176. This requirement is being solicited unrestricted, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334516.

NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, an Atomic Force Microscope (AFM) Instrument with fast data acquisition capabilities with flexible platform capabilities for spectrometry and near-field scanning optical surface characterization. Further details on this requirement can be found in the minimum specifications attached to this solicitation.

CLIN 0001 - Atomic Force Microscopy System

CLIN 0002 - Shipping

For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below.





Item Description



Minimum Requirement



Quantity/ PoP





CLIN 0001



-- AFM Position Device & Scanner: Scan range with lateral 100um x 100um and height 20um limits. Closed loop feedback for linearized behavior. Scanning with lateral resolution of no more than 1nm and height resolution of no more than 0.2 nm. 

- AFM Controller: User programmable software controllable frequency function generator for piezo-scanner with range of 10 Hz-500kHz. 5 MHz, 16-bit ADC. Electronics for phase and amplitude data recording.

- AFM Integrated DAQ System: Non-resonant intermittent contact mode data acquisition system which allows for digital conversion of complete force-distance curve for every image point (pixel) at rate of ≥ 5M sample/sec, 16-bit resolution. A/D Converter for 5M sample/sec for 16-bit resolution.

- AFM Control Software: Simultaneous optical microscope camera, AFM piezo-scanner parameter controls for all techniques (AFM, Force-distance curve recording, etc.) control and correlation. Parameter setup memory file for each technique. Piezo positioning control and laser assist calibration. Capability to analyze any portion of force-distance curve. Capability to export multiple force-distance curves. Automatic tip approach. Oscilloscope mode signal monitoring during measurement. Data export in txt, ASCII, MATLAB files. AFM data overlay analysis. Figure file export.

- Liquid Measurement attachment: Attachment for AFM liquid measurements, including but not limiting to liquid proof objective, dish and fluid cells, and holder for samples.

- Piezoelectric/Electrostatic Force Mode: Option to collect piezoelectric data with voltage source supply.

- Vibration Isolation System: Active isolation system of 1-1000Hz and passive isolation system for >1000Hz.

- Optical Microscope: Integrated optical microscope 6x turret, white light illumination filter attachment for dark field, DIC, or fluorescent contrast. Motorized system for automated approach with up to single 10nm resolution steps. CMOS camera included.

- Tower Workstation: Power supply and slots to support DAQ and input and output devices which include but is not limited to at least one drive and two free USB connectors.

- Computer Motherboard: Based on the Intel C612 chipset, with two Intel E5-2680 v4 2.4 giga-Hertz (GHz) processor (or better) installed; 16 DIMM slots for memory, and an integrated SATA 6.0 Gb/s disk controller.

- Memory: 8 gigabytes (GB), DDR3 or faster memory.

- System Drive: One HD with 1000GB or more storage capability.

- DVD/CDR: One slim combination DVD/CD-RW.

- Monitors: 27”  (or larger) flat panel with 2560x1440 pixel resolution and video cables appropriate for connection to the video card.

- Operating System: Windows 10 compatible .

 



1/ Delivery Date: NLT 8/30/18

 





CLIN 0002



Shipping



1/ Delivery Date: NLT 8/30/18





 

 

The CLIN structure also identifies the Government Minimum Specifications and the Government’s detailed Minimum Requirements Specifications are attached to this RFQ.. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements.

The desired delivery date is 12 weeks ARO. Contractors SHALL invoice seven (7) calendar days after award.

In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via wide area workflow (WAWF).  If UID does not apply the Governments preferred payment method is via credit card. 

 

Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies.

Offerors shall include price, delivery terms, shipping fees, other fees, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award.

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.

The government’s payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)).

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified above, in the required quantities specified above and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. DFARS Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information, applies to this order.

Delivery Date: NLT 8/30/18

Contractors must be actively registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.

Offers must be e-mailed directly to JP McCauley at john.p.mccauley@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 24 May 2018. Offers received after this date and time will not be considered for award. For information on this acquisition, contact JP McCauley at john.p.mccauley@navy.mil.


John Paul McCauley, Contract Negotiator, Phone 4018322126, Email john.p.mccauley@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP