|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 66 -- X-RAY ABSPORTION SYSTEM SOL 53SBNB060024 DUE 022300 POC Contract
Specialist, Carolyn Wilder (301) 975-8332;Contracting Officer, Pauline
Mallgrave (301) 975-6330 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. THIS IS A COMBINED
SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH
THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL
INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE
ONLY SOLICITATION: QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN
SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation,
#53SBNB060024, is a Request for Quotation (RFQ). This procurement is
under the Test Program for commercial items using simplified
procedures. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular
97-14.*****The National Institute of Standards and Technology (NIST)
has a requirement for a X-Ray Absportion System(one each), the system
shall including the following components (1) X-ray source, (2)
mechanical chamber, (3) three-dimensional positioning subsystem, (4)
X-ray detector, (5) computer for hardware control of items 1 to 4, and
(6) computer software to establish experimental parameters,
communicate with the equipment, and collect and analyze measurement
results (with the raw data available in a format easily exportable to
standard analysis packages such as spreadsheets, graphic packages,
etc.). The system shall meet all appropriate U.S. regulations
concerning the operation of equipment producing X-rays. The shielding
provided by the mechanical chamber, etc. shall be such that no extra
precautionary measures are required by the personnel operating the
equipment in the laboratory. Performance Specifications: (1) X-ray
subsystem: (a) The X-ray subsystem shall have a minimum working range
of 25 keV to 70 keV with an output current range of 0.01 mA to 4.0 mA.
(b) Pre-filtering of the output shall be equivalent to no more than
2.5 mm of aluminum or equivalent. (c) The X-ray subsystem shall be
controlled automatically from the system computer. (d) It shall be
possible to operate the X-ray subsystem while the system is waiting for
the execution of the next test sequence. (e) The X-ray subsystemshall
contain an adequate safety system to protect the X-ray tube. (f) The
X-ray tube shall provide a minimum of 1000 working hours. (g) The X-ray
subsystem shall be a self-contained unit capable of operating
independently of the computer system. (h) Adequate information (in
English) on the proper use of X-ray equipment shall be provided to the
user. (2) The mechanical chamber shall provide a suitable environment
for the X-ray source, three-dimensional positioning subsystem,
detector subsystem, and test specimens. (a) It shall provide adequate
shielding from the X-ray source. (b) It shall contain a mechanical
table that will serve as a mounting point for the X-ray subsystem, the
three-dimensional positioning subsystem, the detector, and the
specimens to be analyzed. (c) It shall be lightweight, durable, and
sturdy, and shall not interfere with the X-ray measurements. ( d) It
shall be possible for the user to see the specimens under test
conditions. (e) It shall provide a stable inside temperature of 23.0 +
1.0 oC for the test specimens. ( f)There shall be a light inside the
chamber to facilitate viewing of the test specimens, etc. (3)
Three-dimensional positioning subsystem: The 3-D positioning subsystem
shall move the X-ray source and detector to a given position. Naming
the three axes, X, Y, and Z, the X-Y axes shall be moving the X-ray
source and detector simultaneously, and the Z axis shall set the
distance between the X-ray source and the detector. (a) The 3-D
positioning subsystem shall achieve a spatial resolution of 0.1 mm one
sigma in each of the three principal directions, with a repeatability
(moving to the same location two different times) of 0.05 mm one
sigma. (b) The minimum working range of the 3-D positioning subsystem
shall be at least 300 mm in each of the three principal directions. (c)
It shall be possible to operate the 3-D positioning subsystem while the
system is waiting to execute the next test sequence.(d) The 3-D
positioning subsystem shall not use more than 40 watts at any one time
toavoid temperature gradients within the chamber. (4) X-ray detector:
(a) The X-ray detector shall achieve a total count rate of at least
250000 counts per second. (b) It shall provide a FWHM of less than 6%
at 60 keV for the raw spectrum, without the use of postprocessing. (c)
The energy spectrum collected at each point shall consist of a minimum
of 256 channels. (d) Each channel in the spectrum shall have 24-bit
resolution. (e) Collimators shall be provided with the detector. As a
minimum, the following collimators must be provided: round with a hole
of 0.1 mm, a vertical rectangle of 0.1 mm by 0.5 mm, and a horizontal
rectangle of the same dimensions. The selection of the collimator
shall be controlled automatically from the system computer. (f) It
shall be possible to operate the detector subsystem while the system is
waiting for execution of the next test sequence. (5) Computer: (a) The
computer shall offer performance comparable to a 700 MHz Pentium III
system. (b) It shall contain a minimum of 128 Mbytes of RAM, a disk
drive of a capacity of at least 13 Gbytes, and all of the communication
hardware necessary for communicating with the X-ray source/detector and
3-D positioning system. ( c) The computer monitor shall be at least 17
inches in viewable size. (d) The computer shall be supplied with
Windows 95 (or higher) operating system software and any other software
necessary for execution of the X-ray control and data acquisition
program (item 6). All software necessary for operation of the system
shall be installed before the system is delivered to NIST. (e) The
computer shall have an intranet connection of at least 10 Mbit/sec. (f)
It shall contain a CD-ROM recorder with a minimum of 6x write, 24x read
capability. (g) A joystick-type interface for "manually" positioning
the X-ray source/detector shall be provided with the computer
system.(6) Computer software: (a) The computer software shall execute
under Windows 95 or higher. (b) It shall provide a user-friendly
graphical user interface (GUI) for establishing experimental parameters
and controlling the 3-D positioning device, the X-ray source, and the
X-ray detector subsystem. (c) The software shall handle up to a minimum
of 10 individual test configurations. (d) The user shall be able to
repeatedly (at constant time intervals) sample a single point, a matrix
of points, or a user-provided list of points. (e) The software shall be
capable of tracking a humidity front moving within the material
specimen under test. ( f) The software shall assist the user in the
design of experiments, data analysis, and optimization. The software
package shall include a multivariate analysis tool with a simple and
easy-to-use interface. It shall provide an advanced Plot/List feature,
facilitating the modeling and analysis of the multivariate problems.
(g) The software shall also provide all necessary controls and commands
for calibrating the X-ray tube. (h) The software shall log system
status and X-ray tube status at regular intervals. (i) It shall keep
track of X-ray tube use in terms of both time and watts. (j) The
software (GUI interface) and all manuals must be supplied in English.
The complete system shall be capable of operating at full performance
in the room temperature range (20 + 5 oC). It shall be capable of
operating at full performance at a relative humidity of 50 %
(non-condensating). The provider of the equipment shall have
demonstrated capabilities in the design and production of X-ray systems
for the evaluation of the physical properties of porous materials. The
performance of the produced system (acceptance testing) will be
evaluated either at NIST, at the production location, or at a mutually
agreed to third-party site, at the discretion of the NIST COTR.
Acceptance/rejection of the system will be provided by NIST within two
weeks of the acceptance testing. The quote price shall include
delivery to and set up at the NIST Building and Fire Research
Laboratory, Gaithersburg, MD. The target date for installation at NIST
shall not be later than November 1, 2000.***Testing period after
installation at NIST is 14 Days is required prior to acceptance.
Delivery location is the National Institute of Standards and
Technology, Receiving, 100 Bureau Drive STOP 3574, Gaithersburg,
Maryland 20899-3574. The FOB Point shall be Destination, Gaithersburg,
Maryland.****The following FAR provision apply to this solicitation
52.212-1, Instruction to Offerors-Commerical.*****Evaluation Criteria
are: (A) Technical capability to meet or exceed the Government's
specifications (offerors shall submit a quotation addressing all
required specifications, and shall provide descriptive literature and
price list for all items numbers; (B) Past Performance (offerors shall
submit evidence of having produced and sold comparable units, with
indication of performance success); and (c) Price. Technical evaluation
criteria, when combined, are significantly more important than
price.*****The Government anticipates awarding a purchase order
resulting from this combined synopsis/solicitation to the responsible
offeror whose quotation, conforming to this synopsis/solicitation, will
offer the best value to the Government, price and other factors
considered. Offerors shall address all requirements in this combined
synopsis/solicitation, and shall provide clear evidence of
understanding and the ability and willingness to comply with the
Government's specifications of need. Failure to address a
specification/requirement will be construed by the Government as
inability to meet the need, or the offeror's taking exception to
it.*****All vendors are to include with their quotes, a completed copy
of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, which may be downloaded from
http://www.nist.gov/admin/od/contract/repcert.htm. The clause at
52.212-4, Contract Terms and Conditions-Commercial Items applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Order-Commercial Items, (a)
applies to this acquisition, including (b) paragraphs: (1) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone
Small Business Concerns, (5) 52.219-8, Utilization of Small Business
Concerns; (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for
Small Disadvantaged Business Concerns, (ii) Alternate I of 52.219-23;
(11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26,
Equal Opportunity, (13) 52.222-35, Affirmative Action for Special
Disabled Vietnam Era Veterans; (14) 52.222-36, Affirmative Action for
Handicapped Workers; (15) 52.222-37, Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era; (21)(i) 52.225-21,
Buy American Act-North American Free Trade Agreement Implement
Implementation Act-Balance of Payment Program; (22) 52.232-33, Payment
by Electronic Funds Transfer-Central Contractor Registration; and
Department of Commerce Agency-Level Protest Procedures Level Above the
Contracting Officer, which can be downloaded from the NIST Web Page
located at http://www.nist.gov/admin/od/contract/protest.htm.***** All
interested, responsible firms should submit quotes (original plus one
copy of quote and enclosures), by 3:00 PM, Washington, DC time, on
02/23/00, to the National Institute of Standards and Technology,
Acquisition and Assistance Division, ATTN: Carolyn Wilder, Building
301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland
20899-3572. Faxed quotes will NOT be accepted. Copies of
above-referenced clauses are available upon request, either by
telephone or fax. Posted 02/09/00 (W-SN423600). (0040) Loren Data Corp. http://www.ld.com (SYN# 0340 20000211\66-0010.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|