Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26, 2001 PSA #2965
SOLICITATIONS

66 -- COMMERCIAL PURCHASE OF A DESKTOP X-RAY SPECTROMETER.

Notice Date
October 24, 2001
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
ZIP Code
04333-0032
Solicitation Number
DAHA17-02-T-0002
Response Due
December 5, 2001
Point of Contact
Patrick Nott, 207-990-7026, FAX 207-990-7482
E-Mail Address
USPFO for Maine (Patrick.Nott@MEBNGR.ANG.AF.MIL)
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; proposals are be ing requested and a written solicitation will not be issued. Solicitation Number DAHA17-02-T-0002. This solicitation is being issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect t hrough Federal Acquisition Circular 97-27. This is a 100% Small Business Set Aside (See Note 1), SIC Code 5084, NAICS Code 421830, small business standard is 100 employees. Line Item 0001 -- 1 EA. Fully Automated Sequential Wavelength Dispersive Benchtop X-ray Fluorescence Spectrometer. MFR: Rigaku MSC. Part Number: ZSXmini Brand Name or Equal. Line Item 000101 Option 1. 1 EA. Application Training at Vendor facility. Line Item 000102 Option 2. 1 EA. Application Training at End User Location; Aerospace Fuels Lab Det 20, SA-ALC/SFTLB Searsport, ME 04974 Substitutions will be allowed, but must meet or exceed the requirement listed below. -- Capable of high-resolution qualitative and quantitative elemental analyses of a variety of liquid and solid samples for a wide range of elements from at least F (9) to U (92). -- The spectrometer must be able to measure sulphur and chlorine to the following limits. Sulphur: 100 seconds: Accuracy 2.0ppm, LLD 2.3ppm 300 seconds: Accuracy 2.0ppm, LLD 1.3ppm Chlorine: 100 seconds: Accuracy 20ppm, LLD 3ppm 300 seconds: Accuracy 20ppm, LLD 2ppm -- Tube below design to facilitate easy sample preparation for liquid (petrochemical) and loose powder samples with a Helium flush attachment. -- Instrument shall be supplied with a 50 watt Palladium (Pd) air cooled end window X-ray -- Goniometer with theta-2theta movement -- The System shall be configured with a single position sample input with sample spin capabilities. The sample chamber shall be maintained by vacuum with automatic helium atmosphere substitution for solid or liquid samples. The vendor shall supply the Heli um gas regulator and at least one spare F-PC window replacement kit. The detector system shall include automated PHA adjustment and PC wire cleaner. -- The spectrometer shall be capable of an analysis area of 20mm diameter. -- The spectrometer assembly shall include an automatic crystal changer with at least 3 positions, fitted with LiF200, PET and TAP analyzing crystals, and both Scintillation Counter (SC) and Gas-flow proportional counter (F-PC). The Vendor shall supply the P-10 gas regulator -- Control, Measurement and Analysis Software: The system shall include integrated control, measurement and analysis software supporting qualitative scans, quantitative analysis by empirical regression (5 matrix correction models) and fundamental parameters (FP) analysis (Bulk/Thin Film) software. The software will also include programmable batch runs, thin film software for FP for up to 10 layers, automated PHA adjustment and PC wire cleaner, complete off-line qualitative, semi quantitative and quantitative programs. The software will also include a reporting and data transmitting program (including SPC) and password control to protect sensitive information. As an option, the vendor shall include 'standardless' (pre-calibrated or semi-quantitative) analysis software. -- PC package (equivalent or better): The vendor shall supply an appropriate computer system with Windows 2000 Professional operating system, high speed processor (866MHz Pentium III processor or better w/ 128MB RAM), abundant memory, large capacity hard di sk (minimum 10GB), high resolution 15 inch color monitor, 3.5 inch 1.44 MB floppy diskette drive, internal CD-ROM drive, internal fax/modem, speakers and sound card, integrated NIC and additional Ethernet card, color HP deskjet 970C printer with cable, key board, mouse, MS sma ll business edition installed and a Zip100 drive w/ software(includes 3 disks). -- Complete operational documentation (paper and CD) shall be provided along an acrylic sample, 4 reference samples (Ti, Mg, Al, Brass), spare F-PC window (1 set), toolbox with basic tools and NBS Handbook 111. -- The spectrometer shall be capable of sitting on a lab bench with power requirements of no more than single phase, 120Volts. The system must be air cooled with not external H20 cooling requirements. Size: Approximate -- 580mm x 750mm x 475mm Weight: Approximate 58 lbs. -- Vendor shall include as an OPTION, both Application Training at their facility and On-site Applications training at our (customers) facility (end of description) Quotes shall be F.o.b. Destination, Bangor, ME 04401. State standard lead-times in quote. The Contractor shall comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items. These clause can be viewed in full-tex t at the Acquisition Reform Network website http://www.arnet.gov/far. 52.211-6 -- Brand Name or Equal (Aug 1999) 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2000) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) Evaluation criteria are (i)price, (ii)technical capability of the item offered to meet the Government requirements. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (May 2001) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2001) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001) The following clauses referenced in 52.212-5 are applicable. (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (4) 52.222-26, Equal Opportunity (E.O. 11246). (5) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (7) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (8) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). (9) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). (10) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) Vendor shall include with their quote all warranty information. Quotes are due no later than 5 December 2001 at 3:00pm (EST). Send quotes to; Maine Air National Guard RFQ DAHA17-02-T-0002 101 LS/LGC 101 Glenn Avenue, Suite 493 Bangor, ME 04401-3055 Contact person is TSG Patrick Nott, (207) 990-7026.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011026/66SOL007.HTM (D-297 SN5114J9)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on October 24, 2001 by Loren Data Corp. -- info@ld.com