Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

National 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