The following item with noted capabilities is required for procurement:
• Must have a minimum chamber size of 100 mm x 100 mm.
• Must have a minimal scan area of 50 mm x 50 mm with optional scan area capabilities of 100 mm x 100 mm.
• Must use a Cerium hexaboride electron source.
• Essential that the SEM contains a high-resolution integrated color zoom optical navigation camera utilizing the same view as the electron detector.
o Optical zoom for the navigation camera must have minimum magnification range of from 3 x - 16 x.
o Optical navigation camera must allow for movement to any spot on the sample with a single click.
o Must have both brightfield and darkfield capabilities.
• Minimal resolution of < 10 nm.
• Built-in anti-vibration mechanisms.
• Rapid sample loading times through specialized venting and loading mechanisms.
o Electron optical loading times < 60 sec: light optical < 5 sec.
• Minimum capture image resolution of 2048 x 2048.
• A minimum maximum sample height of 65 mm
• Acceleration voltages from 5 to 20 kV, minimally.
• Minimal maximum magnification of 100,000 x.
• Able to view non-conductive samples.
• Variable vacuum levels
• Variable acceleration voltages
• EDS containing silicon drift detector
• Ultra-thin Silicon Nitride (Si3N4) window allowing detection of elements B to Am
• EDS with multi-channel analyzer with 2048 channels at 10 eV/ch.
• Real time mapping of sample elements.
• Installed secondary electron detector.
Vendor to also guarantee the following services / considerations:
• On-site training - one day.
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.
REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.
The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.
DELIVERY: FOB Destination. Deliver to USDA, ARS, National Biological Control Laboratory, 59 Lee Road, Stoneville, MS 38776. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.
DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.
PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.
Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov.
FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.
The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, September 5, 2018. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at [email protected] or USDA, ARS, WBSC, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email.