Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

66 -- X-Ray Diffractometer

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB000068A001
 
Archive Date
4/14/2010
 
Point of Contact
Dennis A. M. Landry, Phone: 8502830061, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is unrestricted and all responsible offers will be accepted. The solicitation reference number is F4AB000068A001 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38. The North American Industry Classification System Code (NAICS) is 334516. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant contract. DESCRIPTION: Item 0001: X-Ray Diffractometer Item 0002: Database License Item 0003: Packing Handling and Freight SPECIFICATIONS: 1. The system shall be a multi-purpose x-ray diffractometer and shall be upgradeable into the future with options such as 2-dimensional area scanning and 3-dimensional imaging. The equipment must include a high-resolution goniometer with an open architecture design allowing for theta/theta or theta/two-theta configurations. The goniometer shall have a minimal step size of 0.0001º. The design shall eliminate the influence of instrument wear by employing a means of accurately sensing goniometer position. 2. The system shall be outfitted for a Cu X-ray source including the necessary incident/detector side optics for Bragg-Brentano and Parallel Beam focusing, a water-based heat exchanger for cooling the X-ray tube, and a standard stage and sample holders. 3. The XRD system must be easily configurable for a wide range of analytical configurations with no user interaction necessary for X-ray beam alignment. The system must be capable of exchanging various x-ray sources, sample stages, and incident/detector side optical configurations, including the ability to change between Bragg-Brentano para-focusing and high-resolution parallel beam optics. 4. The system must be compatible with the full range of X-ray sources including copper, silver, and molybdenum. X-ray tubes must be designed to provide stability and support for the filament. X-ray tubes must be configured to allow for optimal focus (either line or point focus) without requiring system re-alignment. 5. The system must be equipped with a radiation enclosure capable of blocking X-rays emitted from the full range of sources including copper, silver, and molybdenum. No additional shielding shall be required for use of high-energy sources. The enclosure must be equipped with safety interlocks closing shutters in order to prevent release of X-ray radiation while the doors are open. 6. The detector must be high speed, radiation hardened, and operate as a point detector (0-D) and a line detector (1-D), minimally. The detector must include a graphite monochromator for elimination of iron fluorescence. 7. The system must have the capability for thin film analysis including the necessary optimizing optics, such as a parabolic mirror and parallel plate collimator, and software. 8. The system must have the capability for reflection and transmission small angle X-ray scattering (SAXS) analysis including the necessary optics, sample stage, and software. The system must be configured to allow for transmission SAXS of a horizontal sample. 9. The system must include a high-temperature stage (at least 1200oC) with a programmable height stage in order to maintain Bragg-Brentano focusing while compensating for expansion/contraction of the sample and stage and a capillary stage for in-situ SAXS analysis. 10. The system must be equipped with an XYZ mapping stage with capability for small area analysis (down to at least 100 µm) including a camera system for sample visualization. The software must include cluster analysis capabilities. 11. The system must be equipped for pair distribution function analysis to include a Ag X-ray source, necessary filters, incident/detector side optics, capillary spinner stage, and analysis software. 12. The system must be provided with a software suite for data collection and analysis including a sample database. The software must be capable of supporting multiple users, unattended operation, and automatic data collection, analysis, and reporting. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered that meets the Government requirement. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Cost Technical evaluation factors when combined will be significantly more important than price. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Quotes must be delivered electronically to the following addresses: dennis.landry@tyndall.af.mil and leslie.richardson@tyndall.af.mil. Prospective offers are due no later than 9:00 AM Central Time, 30 March 2010. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR/DFAR provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items 52.212-3 Alt 1 - Offeror Representations & Certifications-Commercial Items 52.212-4 - Contract Terms & Conditions - Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 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 Disabled Veterans and Veterans of the Vietnam Era 52.222-50 - Combat Trafficking Persons 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations In Clauses 252.212-7000 - Offeror representations and certifications - Commercial items 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7012 - Preference for Certain Domestic Commodities 252.225-7015 - Restriction on Acquisition of Hand Or measuring Tools 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7010 - Levies on Contract Payments 5352.201-9101 - Ombudsman
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB000068A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02099550-W 20100325/100323235030-30a5a46942248b06f3a77a96e29fa816 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.