SOLICITATION NOTICE
66 -- Fourier Transform Spectrometer System for toxic gas measurements
- Notice Date
- 12/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-T-0123
- Response Due
- 12/9/2003
- Archive Date
- 2/7/2004
- Point of Contact
- Brenda Fletcher, 410-278-0876
- E-Mail Address
-
Email your questions to ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-04-T-0123. The contractor shall provide quantity of two 2 of the following Clin 0001 Industrial FTIR Spectrometer with 10 meter Gas Cell, ZnSe Optics, MCT Detector, Dual ADC. The FTIRs shall be designed for applications in extremely harsh sampling environments. Shall features a single input/output port with a focused beam for an externally mounted long path gas cell. Shall include:Extended op tics to allow for heating to 230 degrees C.ZnSe interferometer with selectable resolution from 0.5cm-1 to 32cm-1. 90 degree Michelson design, vibration resistant construction. Beamsplitter is non-hygroscopic ZnSe. Hermetically sealed, cast aluminum chass is;. 17.5inch x 13.5; 50 lbs MCT detector 1.8-18.5 micron range, 1mm x 1mm element, 1650 K IR source; silicon carbide glower. Dual 16 bit ADC for enhanced performance. All interface optics gold coated for high throughput AC and DC power adapters, computer interface board, and cable.10 meter path length gas cell. Long path cell endplates shall beasily field changeable for operation at discrete optical pathlengths of 1 and 10 meters. Cell body is nickel-coated metal, mirrors shall be coated with bare gold, w indows shall be ZnSe. Volume approx 2 liters and PCI computer interface board. Clin 0002 100 Meters of Fiber Optic Cable. Clin 0003 Pressure Transducer, 0-30 psi. Calibrated and temp. compensated industrial pressure transducer. The transducer shall be NEM A 4 rated and features a silicone piezoresistive sensing element, 3/16 L stainless steel wetted parts and 4/20 mA output. Mechanical fitting; Swagelok. Electrical; Phoenix three pin Calibrated and temp. compensated industrial pressure transducer. Mechanic al fitting; Swagelok. Electrical; Phoenix three pin connector for use with model I0171 controller. Clin 0004 Peripheral Device Package Shall includes power supply, fiber optic distribution board, numerical display for up to 2 pressure sensors, temperature and limit controllers for up to 2 heater bands, and redundant high current relays. Controls temperatures to 230 Celsius and monitors pressure with transducer. Allows for data transfer to computer for recording information on spectra file headers. Temperatu re controller accuracy 1percent full scale + ILSD 40 degrees F to 500 degrees F. Communicates with data system via fiber optic distribution board, with spectrometer via 25 pin ribbon cable, and with up to four valve manifolds via 15 pin connectors. Clin 0 005 High Temperature Heating For 10 Meter Cell Includes 2 band heaters. Bands shall be stainless steel with MICA insulation and include built in dual J type thermocouples for high temperature applications up to 230 degrees C. Shall includes insulating ja cket. Clin 0006 Large Capacity 5 liter liquid Nitrogen Dewar extension. Clin 0007 AQ-Pro 2 AutoQuant Pro 4.0 Software Package For Windows 2000, both dual and single ADC. Shall feature automated data collection and real-time spectral analysis with alarm out puts. The algorithm shall have been enhanced to allow analysis of nonlinear components using a proprietary piece-wise linear fit approach. Spectra and quantitative results may be archived; and time of collection, concentration, and error analysis data may be later exported to any spreadsheet program,Excel, Lotus, etc or used to generate concentration versus time plots for individual components. Concentration data shall be automatically be corrected for temperature and pressure changes, and mass emissions ca n be calculated in near real time. The AutoQuant software package is based on a C++ platform. New features include Enhanced user interface, spectral search func tion, faster calculations, additional choices for concentration calculations and enhanced data display capabilities. Spectral files collected in AutoQuant shall be compatible with Galactic's GRAMS and may also be converted to Galactic's LabCalc format. Cli n 0008 Compact Desktop Computer System Pentium IV Shuttle Spacewalker with the following minimum specifications: 2.0 GHz, 256MB SDRAM, CD burner, Floppy Disk Drive, 80 GB Hard Drive, 2 PCI slots. Includes Windows 2000 and Windows Office. Fully tested with AQ4-Pro and GRAMS software packages. Clin 0009 17 inch Viewsonic flat-screen monitor, KVM switch, mouse and keyboard. Clin 0010 GRAMS/32/AISpectrometer Software including arithmetic and quantitative functions for spectrometer control and data manipulation: Basic FTIR data manipulation functions include curve fitting, baseline correction, peak marking, subtraction, deconvolution, smoothing, quantification and much more. General a Pentium III or higher computer, at least 64MB of RAM 128MB recommended, and a m ouse. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provi sion at 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 Technical, past performance and price. Technical and Past Performance when com bined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive materials such as cuts, illustrations, drawings or other information necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a pro duct so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the gov ernment, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DF ARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Sta tutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 41 U.S.C. 253g and 10 U.S.C. 2402, FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns Jan 1999 if the offeror elects to waive the preference, it shall so indicate in its offer, FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 d 2 and 3; FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Vete rans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 U.S.C. 4212; FAR 52.222-19, Child Labor--Cooperation with Author ities and Remedies E.O. 13126, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration May 1999, DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 O fferor Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http//farsite.hill.af.mil, http//www.arnet.gov/far, and http//www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 09 December 2003 no later than 300 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T Brenda Fletcher, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not regis tered in the Central Contractor Registration database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher , Contract Specialist via fax 410-278-0900, or via email brenda.j.fletcher@us.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00480292-W 20031205/031203212145 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |