Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

66 -- Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer Instrument

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046 MS204ADENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
10CRQQ0369
 
Response Due
8/11/2010
 
Archive Date
7/30/2011
 
Point of Contact
TANGEE BROOKIE CONTRACT SPECIALIST 3032369322 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION SEQUENTIAL WAVELENGTH DISPERSIVE X-RAY FLUORESCENCE SPECTROMETER (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 10CRQQ0369. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (IV) This solicitation is not a set-aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN No. 0001 - Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer to include Testing, Installation and Acceptance Testing, and On-site Training in accordance with the attached specifications. CLIN No. 0002 - Additional training classes to cover the use, maintenance, and repair of the instrument (*optional) *The Government may require the delivery of line item 0002 identified above as optional, at time of award or for up to 12 months from date of award. The Contracting Officer may exercise the option in accordance with clause 52.217-7. (VI) Required delivery within 45 days after award. Place of delivery is Bldg. 53, Entrance S1, Denver Federal Center, Denver CO 80225. Delivery shall be FOB Destination. (VII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide existing product literature, or other documents as stated in paragraph (4) and past performance references as stated in paragraph 10 of the referenced clause. (VIII) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Technical (capability of the item offered to meet agency need), Past Performance (both of which are of equal importance) and price. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be more important than evaluated price. Price will become the determining factor between proposals judged to be essentially equal in technical merit. ppirs.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information acquired both inside and outside the government. (IX) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (X) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).. (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (31) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).(32) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(33) 52.225-6 Trade Agreements (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http:www.arnet.gov The following additional terms and conditions apply:52.214-34 Submission of Offers in the English Language (Apr 1991)52.214-35 Submission of Offers in U.S. Currency (Apr 1991)52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989). Clause Fill-in states, "the Contracting Officer has 12 months from time of award, to exercise the option".52.225-5 Trade Agreements52.225-6 Trade Agreements Certificate 52.225-8 Duty-Free Entry (Feb 2000)52.233-4 Applicable Laws for Breach of Contract Claim (Oct 2004)1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) (XIII) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XIV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 P.M. MST/MDT on August 11, 2010. Include an original plus one copy. All quotes must be mailed to the attention of Tangee Brookie at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, Denver, CO 80225. Overnight mail must also include the following information: 6th and Kipling, Entrance S-1, Room H1122, Bldg. 53, Denver Federal Center. (XV) Any questions regarding this solicitation should be directed to Tangee Brookie, 303-236-9322, tbrookie@usgs.gov. Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer Instrument Specificationsfor the U.S. Geological Survey, Denver XRF Laboratory A. General Requirements The vendor shall furnish all facilities, labor, and materials to provide goods and services in accordance with the terms and conditions described in this specification for both the hardware and software. The vendor shall maintain an inventory of spare and repair parts and such tools and instruments as necessary to properly and efficiently maintain the equipment for the life of the Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer itself, at least 10 years. Spare parts and consumables must be obtainable within a maximum of 10 working days after a purchase order number is received by the vendor. The specifications listed in this document are the minimum requirements for the Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer. Include in the quotation any additional equipment or software and pricing that will be required to efficiently operate all instrument features specified in this document if they are not standard equipment or not explicitly stated in the specifications. The vendor will also include a complete description of the analytical system software packages that meet the requirements in Section F, Part 4 in order for USGS personnel to evaluate their applicability to the research needs of the USGS. B. Preliminary Testing by Vendor Prior to Shipping Documentation of performance in accordance with following preliminary specifications shall be provided by the vendor before shipping the instrument. The vendor shall provide the necessary personnel, equipment and facilities to conduct these tests and the other specifications described in section F below entitled "Technical Specifications" on the installed instrument, unless this document specifically states that USGS shall provide the items required. C. Installation and Initial and Final Acceptance Testing Initial Acceptance of the instrument shall be based upon completion of installation and after testing of instrument hardware performance on site at USGS, Denver, CO, to ensure that the instrument meets all vendor factory specifications as determined by vendor field engineers and by personnel selected by USGS. Vendor reserves the right to use samples of its discretion to prove specification compliance during initial acceptance. Final Acceptance is after the instrument meets all specifications in this document and all vendor factory specifications as determined by personnel selected by USGS. The final acceptance tests shall be performed on samples provided by USGS, including but not limited to, geologic reference materials in the form of loose powders, pressed pellets and fusion disks. The vendor shall demonstrate that the instrument is capable of accurately analysing these samples. Final payment will be made after all acceptance tests have been completed and the instrument meets all specifications in this document. The vendor shall provide all parts, materials, labor, and transportation required to perform preventive and remedial maintenance on the instrument during the installation and acceptance testing period (up to one year or until the instrument has met all acceptance tests, whichever is longer). The maintenance services shall also be performed in accordance with the terms, conditions, and statement of work set forth herein. The vendor's warranty shall not begin until the instrument has passed all acceptance tests and meets all technical specifications described in this document. Any consumables (such as helium, nitrogen and P10 gas) required to run the instrument during the acceptance testing shall be supplied by the vendor at no extra cost to USGS. During System Installation and Initial Acceptance, vendor has exclusive access to the system. During final acceptance both USGS and vendor have access to the system. Any exclusive use by USGS (i.e. denying access to vendor) for a period of one month or greater denotes acceptance of all acceptance criteria by USGS. Preventive maintenance shall include, but not be limited to, cleaning, adjusting, lubricating, inspecting, and testing procedures to keep the equipment in optimal operating condition, preclude equipment failures to the greatest extent possible, and extend useful equipment life. It includes running of all diagnostics, and repair and replacement of all defective parts. Remedial maintenance shall include replacement of parts that do not meet the specifications or requirements described in this document. This includes all transportation, labor and parts required for the parts replacement or upgrade. All parts, materials, and components, including expendable items, shall be replaced when necessary during the installation and acceptance testing period at no additional cost to the USGS. Replaced parts shall become the property of the vendor. The work to be performed shall be in accordance with the original equipment vendor's specifications and recommendations. All services are to be performed by competent personnel, experienced and highly qualified to provide required services in accordance with the best commercial practices, without unnecessary delays or interference with USGS functions. The vendor agrees to accept system responsibility for all components included with the initial order and for all components purchased from the vendor after the initial order. System responsibility requires the vendor to ensure that any component functions within the original specifications and the vendor is responsible for arranging maintenance for the system regardless of Manufacturer. The vendor agrees to provide a minimum of three service calls for acceptability testing for two potential installation locations, at USGS facilities in Denver, at no additional cost to USGS. These tests will include evaluation of potential electrical interferences, vibration, and other parameters, over a reasonable time interval, to ensure suitability of the installation location. D. On Site Operational Training Operational Training for at least two designated personnel for the instrument in the operation of all hardware and software shall be provided by the vendor. On-site training shall be approximately 3 days in length, starting once the initial acceptance of the instrument is completed and to be conducted by an experienced XRF application specialist during regular business hours Monday through Friday on site at USGS. The vendor will cover travel and lodging expenses for the visiting XRF application specialist. E. Documentation Documentation manuals shall be provided in English for the instrument, that clearly and completely describe hardware and software operation, troubleshooting, user maintenance and user servicing of all components of the Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer. All manuals for vendor supplied third-party items shall be provided. The manuals must be originals or high quality copies and must also be completely legible and readable without magnification or other reading aid. All manuals for vendor supplied third-party items such as the computer boards and interface cables shall be provided. All documentation shall be provided in English. F. Technical Specifications and Requirements The U.S. Geological Survey requires a state-of-the-art, high performance Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer to conduct its research program. This Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer shall be able to analyze geologic and other samples for elements Beryllium (Be) through Uranium (U) on the Periodic Table and be capable of automatically changing the sample holders, analyzer crystals and detectors. The instrument shall perform quantitative and qualitative analyses using calibrated reference standards. In addition, the instrument must meet the following requirements: 1. X-Ray Generator: a) The high voltage generator shall be a high frequency inverter system with a voltage range of 20 kW to 60 kW, a tube current range of 5 mA to at least 150 mA and programmable in intervals of 1 kV and 1 mA, respectively. The stability of the high voltage and tube current shall be +/- 0.005% against a +/- 10% variability in the main power supply. b) The X-ray tube shall be a high performance, thin Be end-window Rhodium (Rh) target anode with a maximum power output of 4 kW. The thickness of the Be window shall be 75 microns or less. c) The cooling device shall be a water-to-water heat exchanger with a heat removal capacity of 6500 watts with 80o F cooling water. 2. Spectrometer a)The sample changer shall have a minimum capacity of 48 (forty eight) samples. A minimum of 24 (twenty four) sample holders shall be supplied and allow for sample sizes with a maximum diameter of approximately 52 mm and with a thickness of at least 30 mm. A minimum of 24 (twenty four) 35 mm sample masks shall be included. b)The sample inlet shall have an air lock system. c)The spectrometer shall allow for the analyses of an irradiated sample area with a diameter of 35 mm. d)The sample rotation device shall rotate at a minimum of 30 rpm. e)The spectrometer shall include at least three (3) primary x-ray beam filters with a programmable changer: two Aluminum (Al) and one Copper (Cu) filters. The Al filters will be 0.1 mm and 0.2 mm in thickness and the Cu filter will be 0.2 mm in thickness. Any other x-ray beam filters shall be included if they are part of the basic spectrometer configuration. f)The analysis mask or diaphragm exchanger shall have a minimum of 4 (four) sizes ranging in diameter from about 10 mm to around 35 mm with an automatic exchange mechanism. g)The divergence collimator exchanger shall have minimum of 3 (three) slits with an automatic exchange mechanism: a standard (or medium) resolution collimator with about a 0.46o divergence, a high (or fine) resolution collimator with about a 0.17o or 0.23o divergence and a coarse resolution collimator with about a 1o divergence. h)The crystal exchanger shall have a minimum capacity of 8 (eight) holders with an automatic exchange mechanism and automatic alignment. i)The following 7 (seven) analyzing crystals shall be included with the spectrometer and be pre-mounted and pre-adjusted: a general purpose LiF200 crystal with a 2d=0.403 nm; a high resolution LiF220 crystal with a 2d=0.285 nm; a high resolution LiF420 crystal with a 2d =0.18; a Ge (germanium) crystal with a 2d=0.65 nm; a PET (pentaerythrite) with a 2d=0.87 nm; a LSM (layered synthetic microstructure) crystal with a 2d between 5.5 and 6.0 nm; and a crystal with a 2d of about 19.0 for B and Be analyses. j)The vacuum pump system shall be high speed, low-noise integrated in the spectrometer housing with automatic control. k)A helium gas flushing system shall be included for the analyses of liquids or powders. l)The temperature stabilizer shall maintain the operating temperature of the spectrometer to +/- 0.1o C. m)A contamination shield or powder trap shall be included to protect the goniometer and other components during sample loading and evacuation of the sample changer. 3. Counting/Control System a)The spectrometer shall have a gas flow proportional counter (F-PC) with a minimum linearity range of 0-2000 kcps and a scintillation counter (SC) with a minimum linearity range of 0-1000 kcps. The detectors shall have separate high-voltage supplies, amplifiers and pulse height analysis (PHA) electronics and independent settings of discriminator levels. The angular range of the F-PC detector shall be at least 13o to 148o and the angular range of the SC detector shall be at least 8o to 115o b)The detector exchanger shall be an automatic, programmable changer with automatic alignment. c)The counting system shall have automatic pulse shift and dead time corrections. 4. Data Processing/Software a) The computer used to operate the spectrometer and process the data shall be PC-based with a Microsoft Windows XP operating system and the following minimum specifications: a 2.6 GHz processor, 2 GB RAM, 160 GB Hard drive, mouse, keyboard, two or more spare USB ports, a 128 MB video graphics adapter, minimum 17" TFT monitor/display, color inkjet printer, and internet network adapter. A 3 (three) basic limited warranty on the computer shall be included and provide on-site service. The computer shall be capable of being added to an Active Directory domain. b)Analytical system software shall be provided that contains one or more qualitative programs for standardless multi-element analyses of geologic and other samples prepared as loose powders, pressed pellets and fusion disks. These programs will include automatic peak identification, automatic background subtraction, matrix correction functions and automatic calculation of correction factors. c)Analytical system software shall be provided that contain one or more quantitative programs for standard based multi-element analyses of geologic and other samples prepared as loose powders, pressed pellets and fusion disks. These programs shall include the common matrix correction equations (Lachance-Traill, DeJongh, JIS, etc) with theoretical, empirical and variable alpha correction factors; background determinations using linear, quadratic or cubic regression formulas; fundamental parameter methods; graphical displays of calibration equations; interactive calibration corrections; integrated drift correction procedures. d)Analytical system software shall be provided that contains a semi-quantitative program for standardless multi-element analyses of geologic and other samples prepared as loose powders, pressed pellets and fusion disks. This program shall be pre-programmed to analyze at least 27 elements in geologic and other samples prepared as pressed pellets. e)The analytical system software shall be able to operate with the Federal desktop core configuration security setting applied. f)The output files containing the raw data and the analytical results in both analysis software packages shall allow for files to be imported to a Microsoft Office Excel program for additional processing and reporting of the results. 5. Miscellaneous: a)The power supply to the spectrometer shall be compatible with an input voltage of 210V (+/- 10%) with a frequency of 50/60 Hz. b)The vendor shall supply an Uninterruptible Power Supply to maintain surge protection and power backup for at least 5 (five) minutes. c)The vendor shall supply all gas pressure regulators necessary for operation of the instrument. d)Additional training classes to cover the use, maintenance and repair of the instrument are optional. e)The spectrometer shall meet all Federal, State and local safety and radiation protection requirements. f)The vendor shall supply x-ray beam filters, collimator slits, crystals, and any other components if they are a standard part of the basic Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer instrument. g)The spectrometer shall be capable of expanding to include a micro-area and mapping analysis system. This system shall provide the ability to analyze small areas on large samples at a spot size of 500 microns. h)A 1 year full coverage warranty (parts and labor) on the entire instrument shall begin after the acceptance of the instrument by USGS, followed by 2 years of full coverage warranty (parts only) on the entire instrument. The x-ray tube shall come with a full 2 year full coverage warranty. G. Additional acceptance tests to be performed by USGS: USGS personnel will perform analyses on various materials to test the vendor's hardware and software. This may include alternating analyses between loose powders and fusion disks to insure that the gas flushing system and automatic vacuum controls are functioning properly. Further unnamed tests are at the discretion of USGS personnel. Federal Information Security Management Act (FISMA) 1. Background investigation: N/A. 2. Non-disclosure Agreement: N/A. 3. Training: N/A. 4. Personnel Changes: N/A. 5. Contractor Location: N/A. 6. Applicable Standards: N/A. 7. Asset Valuation: N/A. 8. Property Rights:N/A. 9. Independent Verification and Validation (IV &V): N/A. 10. Certification and Accreditation: N/A. 11. Internet Logon Banner: N/A. 12. Incident Reporting: N/A. 13. Quality Control: All software and hardware must be free of malicious code. 14. Self Assessment: N/A. 15. Vulnerability Analysis: N/A. 16. Logon Banner: N/A. 17. Security Controls: N/A. 18. Contingency Plan: N/A.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10CRQQ0369/listing.html)
 
Record
SN02224161-W 20100801/100730235331-cdf29afb5e1b2af2f8077802f62f8f7a (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.