AFIT, Air Force Institute of Technology, has a requirement for a new Field Emission Scanning Electron Microscope. This FE-SEM will be used to support student thesis work by providing journal quality imagery and data analysis.
FE-SEM Microscope Sources Sought- The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the... FE-SEM Microscope Sources Sought- The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet Air Force Institute of Technology’s (AFIT) requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFIT is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this GSA website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company’s capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed via e-mail to Krista Sabin (AFLCMC/PZIBC), krista.sabin@us.af.mil and Brock Bowers (AFLCMC/PZIBC), brock.bowers@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION AFIT, Air Force Institute of Technology, has a requirement for a new Field Emission Scanning Electron Microscope. This FE-SEM will be used to support student thesis work by providing journal quality imagery and data analysis. Currently AFIT is using an EDAX Pegasus system to do EBSD/EDS analysis, which is relent on the SEM signal strength and quality. Moving the EDAX system to a FE-SEM will more than double the amount of scans produced. MINIMUM REQUIREMENTS It is desired that a high-vacuum field emission scanning electron microscope system with the following requirements be purchased: -High Vacuum Scanning Electron Microscope- Schottky Field Emission, SEM-FE -Resolution: Minimally capable of images 1.2nm @30keV, 2.5nm @3keV -Shall have an In-Lens SE detector minimally capable of 1.0nm @ 30keV -Shall have an In-Lens On Axis SE/BSE detector capable of detecting below 200eV -Shall have scan speed of 25ns to 10ms per pixel and adjustable continuously -Electron column shall not need mechanical aperture selection or alignment, control software shall allow user to specify beam size or current -Switching among imaging modes just be fully computer controlled from the user interface, no physical aperture changes/alignments -280mm W x 340mm D min Chamber for specimen and test equipment, chamber must have 12 ports or greater. -Must be compatible with existing EDAX EBSD/EDS Pegasus system and included in the price to install onto new FE-SEM, chamber shall provide a 90 degree view of EDS/EBSD Edax Pegasus detectors to SE pole piece. -The chamber shall include an EDS port for continuous adjustment of the EDS working distance at least 10-40mm while SEM is under vacuum. Must be able to incorporate existing Deben Microtest 200N Tensile Stage. -Stage will have fully motorized controlled of 5 axis operation, stage must have bi-directional tilting of minimum -30 degrees to + 90 degrees; shall allow for XYZ movement with sample weighing up to 6 kg. -Shall have variable pressure capability -Shall have oil-free vacuum pump system, shall not require a chiller unit to support any portion of the SEM. -Computer must operate off of Win10, operate with SEM through standard interface such as Ethernet for all imaging and control functions. -PC must allow for Admin access and allow for user supplied software. PC will not contain proprietary hardware, software updates and patches will be covered for the life of the SEM. -Total system installed shall not be greater than 8’ wide, 3’ deep, or require greater than 2’ behind the system for maintenance access. -SEM will not have an annual cost of operation greater than $25K per year for the first 5 years; to include a contract for service, calibrations, repairs and travel. 1st year warranty will be included with the purchase, additional years will be available. DELIVERY AND INSTALLATION The manufacturer will ship the complete system to AFIT within 6 months of contract award. SEM will be delivered directly to AFIT, 2950 Hobson Way, Building 644, WPAFB, OH 45433. Must also include instructions and operating manual. One week advanced notice will be given of expected delivery date from the manufacturer. The shipper will confirm delivery intent 2 days prior to delivery. AFIT deliveries are available Mon-Fri 8-2 EST. The building has a floating dock with 5K lbs capacity. A short semi-truck is necessary for accessing the floating dock at AFIT. The delivery vehicle will have the ability to offload the equipment onto the dock. Shall not require a forklift for offloading. No shipping box will be greater than 8’X 8’. AFIT technicians will be responsible for moving the equipment from the dock into the building, provided it is crated and in good condition. SEM supplier will be responsible for uncrating the equipment and moving it into the final location and utility hookup. Installation shall begin within 1 week of delivery, and take no longer than 1 week. SEM supplier will schedule the installation of the existing EDAX system onto the new SEM in conjunction with AFIT/ENY prior to basic operator training. TRAINING At minimum, a two day basic operators training for two technicians will be required for proper of use and demonstration of all functions within two weeks of installation. An advanced training course will follow the basic training within two weeks of completion, and be available for two technicians for a minimum of two days. WARRANTY Free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual for a period of one year. The comprehensive warranty must be available for the first 5 years and not exceed $25K per year. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: · Phone Number: · E-mail Address: · Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 334516 - Analytical Laboratory Instrument Manufacturing, STD Size 500 employees. · Based on the above NAICS Code, state whether your company is: o Small Business (Yes / No) o Small Disadvantaged Business (Yes / No) o Woman Owned Small Business (Yes / No) o Economically Disadvantaged Woman Owned Small Business (Yes / No) o 8(a) Certified (Yes / No) o HUBZone Certified (Yes / No) o Veteran Owned Small Business (Yes / No) o Service Disabled Veteran Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. · A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). · Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. · Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. o FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006) o FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011) o FAR 52.204-7, System for Award Management (Oct 2016) o FAR 52.204-13, System for Award Management Maintenance (Jul 2013) o FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) o FAR 52.204-17, Ownership or Control of Offeror (July 2016) o FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) o FAR 52.204-20, Predecessor of Offeror (July 2016) o FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations o FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) o FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) o FAR 52.242-17, Government Delay of Work (Apr 1984) o FAR 52.247-34, F.O.B. Destination (Nov 1991) o FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) o FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) o FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) o FAR 52.252-6, Authorized Deviations in Clause (Apr 1984) o DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013) o DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) o DFARS 252.209-7004, Subcontracting with Firms That Are Owned or - Controlled by the Government of a Terrorist Country (Oct 2015) o DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) o DFARS 252.225-7048, Export Controlled Items (June 2013) o DFARS 252.232-7007, Limitation of Government’s Obligation (Apr 2014) o AFFARS 5352.201-9101, Ombudsman (June 2016) o AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances(ODS) (Nov 2012) o AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) o STMNT NBR 12: Level I Antiterrorism (AT) Awareness Training ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: “Limitations on Subcontracting (Nov 2011) … (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for – (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern… ”. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Describe briefly the capabilities of the nature of the services you provide. 3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to krista.sabin@us.af.mil and brock.bowers@us.af.mil. E-mail responses should be received no later than Friday 5 April 2019 at 11:00AM EST. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Field Emission SEM." If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete e-mails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to e-mail. Responses are limited to ten (10) pages and may be submitted electronically to the following e-mail address: krista.sabin@us.af.mil and brock.bowers@us.af.mil RESPONSE DUE DATE: Responses are due no later than 11:00 AM, EST. Friday 5 April 2019 and should be sent to krista.sabin@us.af.mil and brock.bowers@us.af.mil. Primary Point of Contact: Krista Sabin, Contract Specialist, krista.sabin@us.af.mil Phone: (937) 522-4555 Secondary Point of Contract: Brock Bowers, Contract Negotiator, brock.bowers@us.af.mil Phone: (937) 522-4575 Contracting Office Address: 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United States Place of Contract Performance: Wright Patterson AFB, Ohio Dayton, Ohio 45433 United States
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »