COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 6640
2. NAICS Code: 334517
3. Subject: One (1) X-ray diffractometer system
4. Solicitation Number: W911QX25Q0075
5. Set-Aside Code: N/A
6. Response Date: Seven (7) Calendar Days after date of posting.
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
Shipping & Receiving
Aberdeen Proving Ground
Aberdeen, MD 21005
8.
(i) This 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is W911QX25Q0075. This acquisition is issued as an request for quotation (RFQ)
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
(iv) The associated NAICS code is 334517. The small business size standard is 1200 Employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001: One (1) X-ray diffractometer system
(vi) Description of requirements:
The Government requires one (1) X-ray diffraction system for characterizing materials.
The system shall include the following:
The capability to gather diffraction data using various techniques/samples including: powder diffraction, residual stress measurement (uniaxial), crystal size, ab-initio crystal structure determination, unit cell refinement, phase identification/phase analysis, high resolution x-ray diffraction, and X-ray diffraction measurements under non-ambient conditions (i.e. high temperature). The system shall automatically recongnize components added to the system in realtime. The system shall be equipped with a minimum of the following items and capabilities:
1. X-ray tubes/Generator
a. Copper x-ray tube source that has both spot and line focus capabilities.
b. Chromium x-ray tube source that has both spot and line focus capabilities.
c. Cobalt x-ray tube source that has both spot and line fous capabilities
d. X-ray generator shall supply 20 to 50 kilo volts at 5 to 60 milli amperes. Further, the generator must have a burn in routine for new x-ray tubes to maximize tube lifetime.
e. The system must automatically recognize x-ray tube position/configuration.
f. The tubes must switch from line focus to point focus (and back) without tools.
2. Goniometer/Sample stage/Sample holders
a. Configuration in both a horizontal sample geometry with a Theta/Theta X-ray diffraction geometry or a vertical sample geometry with a Theta/2Theta X-ray diffraction, with computer controlled angles Theta/Theta or Theta/2Theta respectively.
b. Stage with computer controlled X (-25 to 25 millimeters (mm)),Y (-40 to 40 mm), Z (2 mm), Phi (continuous rotation), and Chi (-3 to 93 degrees) axis.
c. Angle positioning stepper motors must be equipped with optical encoders.
d. Goniometer drive mechanism and gears shall be maintenance free.
e. Must accommodate samples up to one (1) kilogram (kg) in weight and 40mm in height.
3. Sample alignment/area of interest
a. Dial gauge or non-contact laser/video camera based sample height alignment.
4. Analysis
a. Must be capable of Rietvled analysis.
b. Whole pattern analysis methods Pawley and Le Bail.
c. Must be capable of pole figure/texture analysis.
d. Must be capable of residual stress analysis.
5. Sample Holders
a. A vacuum sample chuck with up to a 3 inch diameter capacity.
i. Vacuum level of 10^-4 millibar (mbar) or better must be achievable.
b. High Temperature Stage
i. Rotational sample stage with attachable Anton Paar HTK 2000 Newtons (N) (with Tungsten strip heating chamber capable of reaching 2000 degrees celsius (°C).
ii. Hot stage shall be capable of vacuum / inert / forming gas (i.e. mixture of Argon and Hydrogen) into chamber.
iii. Setup must be capable of vacuum / inert / forming gas purging.
c. Sample Changer
i. Automated sample changer for autoloading standard circular sample holders. Minimum capacity of 45 sample holders required.
i. (45 sets) Powder sample rings (15 – 30 mm) diameter for improved low angle performance. Set of three (3) top plates that are part of the two (2)-piece powder sample holders designed to support both front-loading and back-loading techniques. Top plate must have (15-30 mm diameter x two to four (2-4) mm thick) cavity, along with a spacer that can be used in conjunction with small powder batches during automation.
ii. Set of three (3) bottom plates that are part of the two (2)-piece powder sample holders designed to support both front-loading and back-loading techniques for sample stages such as reflection transmission spinner and sample changer.
iii. Set of three (3) sample holder rings to mount inserts for transmission geometry powder diffraction measurements. The ring can also mount other inserts with (~40mm diameter x ~6mm thickness), such as the air-sensitive sample insert.
6. X-ray Optics/Beam Shaping
a. Capillary optics to focus the x-rays to a parallel spot with 0.25 degress divergence (or less) for Copper radiation.
b. Beam collimators ranging from 0.05 millimeter to two (2) mm.
c. Secondary optics with automatic/motorized/software controlled switching between three (3) beam paths including: Germanium analyzer crystal, Soller slits, and motorized slits.
d. Foil filter sets for the K beta peaks of Chromium and Copper and Cobalt.
e. Copper foil for attenuation
7. X-ray Detectors/: All one (1) dimensional and two (2) dimensional detectors must be free of defective pixels, channels, etc.
a. Two (2) dimension x-ray detector
i. Detector shall have at least a 2048 X 2048 “pixel” array.
ii. Detector shall be radiation hard capability exposure to the primary x-ray beams (Chromium and Copper and Cobalt ) without sustaining damage.
8. Reference samples
a. Reference Sample For Stress
Stress-free sample to check performance and/or the correct alignment of components for residual stress analysis. Also used for alignment and verification of Crossed Slits and Collimators.
b. Reference Sample For Texture
Rolled plate of copper that is used to evaluate performance and correct functioning of optics and configuration for texture (pole figure) analysis. Also used for alignment and verification of crossed slits collimators.
9. Facilities
a. X-ray diffraction system must be powered by a single phase 208 volts alternating current (60 hertz) 40 ampere circuit.
b. Heat exchanger for cooling of X-ray generator and X-ray tube .
i. Must accept a 208 volts alternating current (60 Hertz) single phase 20 ampere circuit.
ii. Recirculating system must have cooling capacity of at least 3800 watts (13,000 BTU/HR).
10. System purchase shall include
a. On-site installation by company personnel at Aberdeen Proving Ground, MD 21005.
b. Intensive training for three (3) users for at least two (2) days at Aberdeen Proving Ground, MD (to be used within one year of the date the system is installed and demonstrated to be fully functional).
c. A full one (1) year warranty on the system starting from the date that the system is both installed and demonstrated to be fully functional.
d. First year of maintenance contract included to be schedule 364 days after the date the system is both installed and demonstrated to be fully functional. Preference to establish a recurring contract with option years
e. Powder diffraction file (PDF)-four (4) or PDF-five (5) License. One (1) year minimum required but additional years preferred.
ARL AT-OPSEC Requirements
• Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204.9. Personal Identify Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
• For contractors that DO NOT require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation facility access and local Security policies and procedures (provided by Government Representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.
(vii) Delivery is required 4 – 5 months after contract award (ACA). Delivery shall be made to Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005, truck shipments are only accepted at Logistics Warehouse, Building 321, Monday through Friday (except holidays) from 8:00 AM to 3:30 PM only. The FOB point is Destination.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)
52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT.
52.204-27: PROHIBITION ON A BYTDANCE COVERED APPLICATION
52.209-6: PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)
52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022)
52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022)
52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.219-33: NONMANFACTURER RULE (SEP 2021)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022)
52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)
52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
DFARS:
*252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019)
252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)
*252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)
*252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)
252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)
252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021)
*252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)
*252.215-7008: ONLY ONE OFFER (DEC 2022)
252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM
252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017)
252.225-7048: EXPORT-CONTROLLED (JUNE 2013)
252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023)
*252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)
252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019)
252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.243-7002: REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)
252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018)
252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)
(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
FAR PROVISIONS:
52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-20: PREDECESSOR OF OFFEROR (AUG 2020)
52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)
52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013)
52.233-2: AFFIRMATIVE PROCUREMNT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2006)
52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
FAR/DFARS CLAUSES:
52.201-1: DEFINITIONS (JUN 2020)
52.203-3: GRATUITIES (APR 1984)
52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-21: BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)
52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.233-1: DISPUTES – ALTERNATE I (MAY 2014)
52.243-1: CHANGES—FIXED PRICE (AUG 1987)
52.247-34: F.O.B. DESTINATION (NOV 1991)
52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)
252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019)
252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)
252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
ADELPI LOCAL INSTRUCTION PROVISIONS:
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
ADELPHI LOCAL INSTRUCTION CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERTIFICATE (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – APG
AT-OPSEC REQUIREMENT
DISTRIBUTION A
DFARS COMMERCIAL CLAUSES
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
(xv) The following notes apply to this announcement:
a. In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition.
(xvi) Offers are due seven (7) calendar days after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at crystal.l.demby.civ@army.mil
(xvii) For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil).