Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

66 -- Thermogravimetric Analyzer and Fourier Transform Infrared Spectrometer in Tandem with Heated Transfer Line.

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0372
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Amy Bozzard, 4102780712
 
E-Mail Address
ACC-APG - Installation Division
(amy.m.bozzard.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-12-T-0372. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-30. This requirement is for a Thermogravimetric Analyzer and Fourier Transform Infrared (FTIR) Spectrometer in Tandem with a Heated Transfer Line. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500 employees. The Government contemplates award of a Firm-Fixed Price contract. The analyzer must include all the specifications listed in the CLINS (See below). NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to US Army Edgewood Chemical Biological Center's facility located at Aberdeen Proving Ground, Maryland 21005 with a delivery date of 31 October 2012. Although it is not required that offerors hold an existing GSA contract, it is suggested that quotes should be competitively priced in proportion to current GSA schedule pricing for items of the same specifications. Description of the Requirement: CLIN 0001 Thermogravimetric Analyzer (TGA) a. TGA must be able to operate at temperatures up to 1500 C. b. TGA must be able to operate at temperatures from at least -10 C to 1000 C, in normal operation mode. c. Scanning rates must have a range of 0.1 C or less to 200 C or greater for a standard furnace. d. Instrument must communicate by TCP/IP RJ45 interface. e. The standard furnace must have a temperature precision of +/- 2 C. f. The balance must have a precision of 0.001%, or better. g. The balance must have an accuracy of 0.02%, or better. h. The balance must have a capacity up to 1.3 grams. i. TGA must be capable of connecting an FTIR directly by way of a heated transfer line,FTIR and TGA must be recommended for use together by the manufacturer. j. Must include all controlling software, controlling software must be compatible with FTIR software and be able to run simultaneously with FTIR software. k. TGA must be warranted for at least one year from the date of installation. l. Instrument must be capable of using Nitrogen gas from the headspace of a liquid nitrogen Dewar, or Nitrogen from cylinders. m. Instrument must include all necessary filters and gas dryer for use with a liquid nitrogen gas system. n. Sample area must purge with inert gas within ten (10) minutes to 99.9% inert gas. o. Shall include a quantity of at least four-hundred standard sample pans and lids. CLIN 0002 Fourier Transform Infrared (FTIR) Instrument a. FTIR must have a multiple internal reflectance accessory. b. Instrument must communicate by TCP/IP RJ45 interface. c. Must contain a diamond ATR sample holder with a 1 reflection top plate and pressure arm. d. IR source must be user replaceable. e. The ATR must communicate serial number, ATR crystal type and provide recognition back to the software. f. There must be zero alignment and zero setup required once the ATR is locked into the sample compartment, zero alignment optics. g. Instrument must have a temperature-stabilized detector, with a scan range of at least 8,300-350cm^ 1, and have a peak-peak SNR of 15,000:1 or better for a five second scan, and 50,000 peak-to-peak for a one-minute scan. h. Spectral resolution must be 0.4 cm^-1 for the 3028 cm^-1 band in Methane or better. i. Wavelength precision must be 0.008 cm^-1 at 2,000 cm^-1, or better. j. Wavelength accuracy must be 0.02 cm^-1 at 2,000 cm^-1, or better. k. Must contain an MCT MID-IR second detector. l. FTIR must be warranted for at least one year from the date of installation. m. FTIR must include all controlling software. n. FTIR must include compound identification software / lookup libraries based upon peaks/ IR stretches. 1. Identification software must be able to operate without an Internet connection for full lookup functionality. 2. If an Internet connection is necessary for full software capability, then two licenses of the software will be provided, so data can be collected by the instrument then transferred to another Internet-connected system for processing. o. Must include IR tutor software. CLIN 0003 Heated Transfer Line: a. Heated transfer line must have a replaceable liner. b. Heated transfer line must be designed to work with the TGA and FTIR to support sample area purging. c. A control unit must be present to incorporate a mass flow controller, particle filters, and gas cell temperature controllers. d. There must be a way to trigger the FTIR to automatically begin IR data collection based upon the method. e. Heated transfer line must be warranted for at least one year from the date of installation. f. Must include a vacuum pump with exhaust line. g. Must include spectrum software for time-based experiments. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2 Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) in accordance with 15.101-2. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors which is the requirement in accordance with the attached technical specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.223-11 Ozone Depleting Substances 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition. 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 -- Inspection of Supplies -- Fixed-Price 52.247-34 -- F.o.b. - Destination 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): farsite.hill.af.mil 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. The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL QUESTIONS MUST BE SUMBITTED no later than August 28, 2012 at 10:00 AM EST. ALL Firm Fixed Priced Proposals (FFP) must be signed, dated and received by 4:00 PM EST September 11, 2012 via email to Ms. Amy Bozzard, amy.m.bozzard.civ@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013 to amy.m.bozzard.civ@mail.mil ***NOTE ALL VENDORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS OF JULY 30TH, 2012. THIS SYSTEM HAS REPLACED CCR/FedReg, ORCA, and EPLS. REFERENCE https://www.sam.gov/portal/public/SAM/ for additional information*** For questions concerning this Request for Proposal contact Ms. Amy Bozzard, via email at amy.m.bozzard.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02d0739f93057a4e375442572a90fd4e)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02850008-W 20120824/120823000316-02d0739f93057a4e375442572a90fd4e (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.