SOLICITATION NOTICE
66 -- CO2 laser fusing and step heating system for 40Ar/39Ar geochronology
- Notice Date
- 6/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS 3020 STATE UNIVERSITY DR EAST, MODOC HALL STE 2001 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 04WRQQ0123
- Response Due
- 7/24/2004
- Archive Date
- 6/23/2005
- Point of Contact
- RON DONEZ CONTRACT SPECIALIST 9162789342 ;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- CO2 laser system for 40Ar/39Ar geochronology This procurement will be for a new, gantry-mounted continuous CO2 laser system optimized for in-vacuum fusion of sanidine crystals. Detailed specifications: 1. General description The laser system must be based on a 25W or greater water-cooled continuous CO2 laser mounted in a gantry system with X-Y-Z motion control so it can be suspended over an argon extraction system. 2. Laser The laser must be a 25W or greater CO2 laser built by an established laser vendor. 3. Laser Control The system must offer full computer control of laser power parameters. There must be continuous control of laser power from 0 - 100% with time-programmed power ramping. It must have automated beam-controlling optics to provide continuously-variable flat beam spots from 150?m to 3000?m. There must be both fully-automated and manual joystick control of the stage(s). The US Geological Survey (USGS) must be able to address the computer software from higher-level programs to enable integration with mass spectrometer control software. 4. Video The system must have an integrated common laser and video optical path, with a high-resolution color CCD camera. The camera must have a 6X or greater computer-controlled zoom for both wide field-of-view and high magnification viewing. 5. Motion control stages The system must have X-Y-Z stages with a gantry mount mechanism providing >50mm travel and sub-micron resolution on all axes. 6. Operational software The instrument must be delivered with a user-friendly, intuitive interface for controlling all laser functions and defining test procedures. USGS must have the ability to call the laser software from a high-level program written in LabView or Visual Basic. The software must be written in a modern computer language such as LabView, Visual Basic, PASCAL, C+ or C++, and USGS must be given access to the source code. The program must be fully documented, clearly constructed and the ability to modify all parameters must be supplied. LabView is preferred since the USGS already owns a software license. 7. Documentation Two sets of all schematics, drawings, manuals, parts lists, and other documents sufficient to permit operation, maintenance, repair and upgrades shall be supplied. These documents must be accurate and describe the instrument as delivered in its entirety. 8. Delivery An instrument meeting or exceeding these specifications must be delivered, assembled and demonstrated by January 1, 2005. USGS will provide an extraction line with samples to be fused during testing at delivery. The instrument and all other required items shall be delivered to: US Geological Survey Attn: Andrew Calvert 345 Middlefield Road, MS 937 Menlo Park, CA 94025 Other items of note: Your offer must meet or exceed all items contained in these specifications, and shall include shipping costs to the address shown above. A complete technical description of all items, including cut sheets, must be submitted with your offer so that technical acceptability of items can be determined. Award will be made to the lowest-priced technically-acceptable offeror. The US government is exempt from sales tax, so please do not include this item in your offer. Your offer shall be valid for 60 days from date of submittal. See Note 1. 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 being requested and a written solicitation will not be issued. The solicitation number for this requirement is 04WRQQ0123 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24 This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334516 and the small business size standard is 500 employees. Contract line item will be as follows: 0001 - CO2 Laser Fusing and Step Heating System for 40Ar/39Ar geochronology - one (1) each Date and place of delivery is shown above. Pricing shall be FOB destination (Menlo Park, CA). Quotations are due by close of business, Friday, 23 July 2004 to the contracting office in Sacramento, CA identified above. Offers received after this time and date will not be considered. Offers are preferred by electronic means (e-mail and fax), but are accepted by mail. Oral quotations will not be accepted. Brand name or equal for the requested item is New Wave Research MIR 10.Offerors can propose an equal product that has the same salient characteristics as the brand name product.This product must be identified by its brand name, make, model or catalog number and name and address of the manufacturer. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.219-6 Notice of Total Small Business Set Aside (OCT 1995) 52.232-18 Availability of Funds (APR 1984) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2004) 52.000S-5026 Invoice Requirements (OCT 1997) "Invoices must be submitted in original and one (1) copy to the 'BILLING OFFICE' designated on this order. To constitute a proper invoice, the invoice must include the following and/or attached documentation: (a) name of business concern and invoice date; (b) purchase order number and, if applicable, contract number; (c) item number, description, quantity, unit price(s) and extended total(s) of property or services actually delivered or rendered; (d) shipping and payment terms; (e) name (where applicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent; (f) other substantiating documentation or information as required by the order." For further information regarding this solicitation, please contact Ron Donez, Contract Specialist, at (916) 278-9342 or rdonez@usgs.gov. Fax number is (916) 278-9339.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=631830)
- Place of Performance
- Address: Menlo Park, CA
- Zip Code: 94025
- Country: USA
- Zip Code: 94025
- Record
- SN00608520-W 20040625/040623212423 (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 |