MODIFICATION
66 -- FE206733500054
- Notice Date
- 9/27/2004
- Notice Type
- Modification
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- FE206733500054
- Response Due
- 9/29/2004
- Archive Date
- 10/14/2004
- Point of Contact
- Bobbie Clark, Contract Specialist, Phone (478)926-5151, Fax (478)926-7549, - Bobbie Clark, Contract Specialist, Phone (478)926-5151, Fax (478)926-7549,
- E-Mail Address
-
Bobbie.Clark@robins.af.mil, Bobbie.Clark@robins.af.mil
- Description
- Description This is a reprocurement. Contractor shall quote on a Glow Discharge Optical Emission Spectrometer Package. Estimated quantity is one (1) each The Glow Discharge-Optical Emission Spectrometer (GD-OES) shall be equipped with a simultaneous, 0.75 meter focal length or larger, Paschen Runge type mounting, with holographic grating, high resolution vacuum (or purged) Spectrometer (Polychromator) that is Direct Current / Radio Frequency compatible and is capable of holding at least 56 analytical channels. The spectral range of the GD-OES shall be at least 120 to 500 nm with a resolution of less than 0.025 nm over the entire spectral range. The resulting contract will be Firm Fixed Price. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.7, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) FE206733500054-1. Written procedures will be used for this combined synopsis/solicitation. The resulting contract will be Firm Fixed Price. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, NAICS is 334515 and small business size is 500 employees. Assets shall be delivered FOB destination. The following incorporated provisions and clauses are those in effect through FAC 2001-24, effective 19 Jul 2004 and Class Deviation 2004-0001 are applicable to this combined synopsis/solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items; 52.212-2, Evaluation ?Commercial Items: (a) price and price related factors; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 252.204-7004, Required Contractor Registration. All FAR responses must be submitted no later than 29 September 2004. Questions concerning this acquisition may be directed to Bobbie Clark at (478) 926-5151. Purchase Description / Specification For Glow Discharge-Optical Emission Spectrometer 1.1. Design. The Glow Discharge-Optical Emission Spectrometer shall be new and complete, costumed-built to meet our applications, and ready for immediate operation after installation is completed. It shall consist of a High Resolution Vacuum (or purged) Spectrometer, a Direct Current Glow Discharge Source and/or a Radio Frequency (RF) Source, a Grimm-Type Glow Discharge Source, Vacuum Pumps, an Instrument Controller/Workstation, Display Screen, Printer, operating software, and a Service Modem Kit. 1.2. Glow Discharge-Optical Emission Spectrometer. 1.2.1. The Glow Discharge-Optical Emission Spectrometer (GD-OES) shall be configured to operate using the Government electrical power sources specified in paragraph 1.3.3 below. 1.2.2. The GD-OES shall be equipped with a simultaneous, 0.75 meter focal length or larger, Paschen Runge type mounting, with holographic grating, high-resolution vacuum (or purged) Spectrometer (Polychromator) that is Direct Current / Radio Frequency compatible and is capable of holding at least 56 analytical channels. The spectral range of the GD-OES shall be at least 120 to 500 nm with a resolution of less than 0.025 nm over the entire spectral range. 1.2.3. The GD-OES shall be equipped with a Grimm-Type Glow Discharge Source and a Radio Frequency Source and/or a Direct Current Glow Discharge Source, or the equivalent, and have the capability to perform both quantitative bulk analysis and Quantitative Depth Profiling. The excitation source shall be capable of accommodating both large sampling of at least 4 millimeters in diameter and small sampling down to 2 millimeters in diameter. 1.2.4. As a minimum, the GD-OES shall be capable of bulk quantitative elemental analysis of all types of ferrous base, aluminum base, and titanium base metal alloys to determine the following elements of interest for each Base indicated: (1.) Ferrous Base (all classes of low alloy steels, corrosion resistant steels, tool steels, & cast irons): Al, B, Bi, C, Ce, Co, Cr, Cu, Mg, Mn, Mo, N, Nb, Ni, P, Pb, S, Se, Si, Sn, Ta, Ti, V, & W. (2.) Aluminum Base (2000, 3000, 5000, 6000, and 7000 series and high silicon castings): Be, Bi, Co, Cr, Cu, Fe, Mg, Mn, Ni, Pb, Si, Sn, Ti, V, Zn, & Zr. (3.) Titanium Base (aluminum-vanadium, aluminum-vanadium-tin, & commercially pure titanium): Al, Cr, Cu, Fe, Mn, Mo, Ni, Si, Sn, V, W, Y, & Zr. 1.2.5. The GD-OES shall be capable of detecting Nitrogen in corrosion resisting steels over the range of 0.03 ? 0.5% by weight. 1.2.6. The GD-OES shall be capable of Quantitative Depth Profile analysis to determine the composition of conductive and non-conductive coatings on finished metallic products directly. The GD-OES shall be capable of determining the complete chemical composition of a coated metal alloy from the surface to the substrate. As a minimum, the GD-OES, shall be capable of Quantitative Depth Profiling (QDP), to include measuring the layer thickness, of the following conductive and nonconductive coatings found on various finished metallic products: (1.) Plating - Cadmium, Tin, Nickel, Copper, Gold, Silver, Chromium, & Zinc. (2.) Manganese and Zinc phosphate coatings. (3.) Chromate conversion coatings. (4.) Urethanes, Enamels, Polyurethane and Epoxy coatings. (5.) Anodized coatings (sulfuric acid, chromic acid, and phosphoric acid anodize). (6.) Solid film coatings (molybdenum disulfide). (7.) Thermochemical treatments (Carburizing, Nitriding). (8.) Aluminum Cladding. (9.) Black Oxide. 1.2.7. The GD-OES shall be equipped with all the necessary hardware and software for signal acquisition and the GD-OES shall be capable of automatic multi-scanning and background correction of analytical signals. 1.2.8. The GD-OES shall be equipped with a Service Modem Kit and Support Package that includes an external Modem and remote software. 1.2.9. The GD-OES shall be equipped with a high performance workstation computer, keyboard, mouse, monitor, and printer; the following minimum requirements shall be satisfied: 1.2.9.1. PC: P4, 3.2 GHz, 512K / 800 MHz FSB. 1.2.9.2. Operating System: Windows XP Pro. 1.2.9.3. Memory: 512 MB, DDR400 SDRAM Memory, ECC (2 DIMMS). 1.2.9.4. Hard Drive: 250GB SATA, 7200 RPM, with DataBurst Cache. 1.2.9.5. DVD Writer: 8X DVD+RW/+R and 48X CDROM with Roxio, Sonic SE plus DVD decode. 1.2.9.6. Graphics Card/Video Controller: 128 MB, VGA or DVI/VGA capable. 1.2.9.7. Keyboard: Enhanced Performance, USB (8 Hot Keys). 1.2.9.8. Mouse: USB 2-Button Optical Mouse with Scroll. 1.2.9.9. NIC: 10/100/1000. 1.2.9.10. Port: 1 serial, 1 parallel, 2 USB. 1.2.9.11. Monitor: 19-inch flat panel, LCD, DVI. 1.2.9.12. Printer: HP Color LaserJet, model 3700dn, with a Network card. 1.2.10. The GD-OES shall be configured to operate using the current version of Windows based software ? Windows XP Pro ? to include a Gigabyte network card (NIC: 10/100/1000). The operating software shall include all data, including a sputter-rate data base library, needed to support all future method development by the operators for both bulk and QDP analyses. 1.3. Additional Requirements. 1.3.1. The GD-OES shall include the necessary auxiliary items and operating supplies needed for immediate operation. 1.3.2. The GD-OES shall include all tools that are necessary for proper operation of the equipment. 1.3.3. The Government can supply 208v, 60 Hz, single/three phase power and 480v, 60 Hz, single/three phase and standard 120v, 60 Hz power. However, this power system has electrical voltage ?spikes?. If the GD-OES supplied by the Vendor has electrical power requirements that differ, it is the responsibility of the Vendor to supply the appropriate materials and/or equipment to alter the voltage and condition (or regulate) the power to enable satisfactory operation of the GD-OES to meet Vendor operational standards. 1.3.4. At least ten (10) bulk application Methods fully calibrated for the analysis of steels, aluminum alloys, and titanium alloys for the elements listed in paragraph 1.2.4 above shall be included with the GD-OES. The ten (10) fully calibrated bulk application Methods shall include calibrated Methods for small samples, where instrument sampling is 2 millimeters in diameter, and large samples, where instrument sampling is 4 millimeters in diameter. In addition, all required drift standards shall be included in all bulk application Methods. The ability to replace the drift standards without the need to re-calibrate the respective Method shall be incorporated in the manufacturer?s operating software. Acceptance testing and verification of all bulk application Methods shall be performed at the Vendor?s factory prior to shipping. 1.3.5. The GD-OES shall be factory calibrated for at least six (6) of the Quantitative Depth Profiling applications in paragraph 1.2.6 above. Acceptance testing and verification of all QDP Methods shall be performed at the Vendor?s factory prior to shipping. 1.3.6. Sample holders that can accommodate irregularly shaped samples and standard sized sample holders that can accommodate round or disc-shaped samples shall be included with the GD-OES. 1.4. Installation and Training. 1.4.1. The GD-OES shall be installed by the Vendor?s qualified representative(s) in Bldg 165, RAFB, GA. The government shall supply all required utilities and all required gases within six (6) feet of the installation site. See paragraph 1.3.3 above. 1.4.2. After installation of the GD-OES, on-site start-up and basic operator training for two (2) government personnel shall be provided by the Vendor?s qualified representative at no additional cost to the government. In addition, the Vendor shall provide comprehensive training at the Vendor?s training facility, tuition-free, for at least two (2) government personnel. The government shall be responsible for travel and per diem costs for government personnel for the training at the Vendor?s training facility. 1.5. Warranty. Standard commercial warranty for items of this type, design, and model is satisfactory. 1.6. Documentation. One (1) set of paper documentation covering electrical schematics, wiring diagrams, printed operator instructions, and operator maintenance instructions/manuals shall be supplied with the Glow Discharge-Optical Emission Spectrometer.
- Place of Performance
- Address: ROBINS AFB GA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN00682648-W 20040929/040927212015 (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 |