SOLICITATION NOTICE
66 -- ANALYTICAL LABORATORY INSTRUMENTS
- Notice Date
- 7/7/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
- ZIP Code
- 23709-5000
- Solicitation Number
- N00181-04-Q-0468
- Response Due
- 7/12/2004
- Point of Contact
- Norma Rogers, Contract Specialist, Phone 757-396-8359, Fax 757-396-8368,
- E-Mail Address
-
rogersnc@nnsy.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 with the format in 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 WILL NOT BE ISSUED. The applicable quotation number is N00181-04-Q-0468. The NAICS classification is 334516. The small business size standard is 500 employees. FISC, Norfolk Naval Shipyard, anticipates award of a firm-fixed price contract for the following item: One (1) each Inorganic Chemistry Energy Dispersive Table ? Top X-ray Spectrometer System. SPECIFICATIONS: The Energy Dispersive Table Top X-ray Spectrometer should have the capability to analyze for Na (Sodium to U (Uranium). The concentration range of the instrument range from ppm to 100%. SAMPLE HANDLING: Must be able to analyze powders, fused beads, metals, liquids, petroleum and films. The sample changer should have the capability to rotate the sample during analysis. The sample charger should be an auto-samplers type apparatus with a minimum of 12 positions. The sample size for solid should be 27-42 mm diameter and height less than 40 mm. Typically 10 ml of liquid or powder in a sample cup should be used for liquid and powder sample. X-RAY TUBE: The anode materials should be rhodium tube. The X-ray tube characteristic should be low power tube and side window tube. The tube settings should have a maximum voltage of 30kV and maximum tube power 9W. DETECTOR: A high-resolution detector for multi-element analysis based on the latest Si-PIN diode should be provided. The thermoelectric cooling eliminates all the cost and inconvenience of liquid nitrogen cooling associated with other EDXRF Systems. A built in Helium-Flush System should be provided to measure light elements. A helium regulator (valve) and tubing should be provided. ELECTRICAL SPECIFICATIONS: Main Supply Voltage: 100-240v, -10% to +10%; Frequency : 45-65 Hz; Power Consumption: 80W HT; HT Generator: Maximum 9W. DATA STATION: The minimum PC requirements are: IBM compatible desktop (current technology) stand alone, 20 GB hard drive, 512MB SDRAM, 256K CACHE, 48X-max CD-RW, color Printer and a 17-inch monitor with .26dpi display. DATA SYSTEM INTERFACE: Must contain full-integrated peak deconvolution for separating closely spaced peaks in the spectrum. A feature is used to correct for inter-element effects within the sample. A program to perform statistical process control should be provided. The system should provide data transmission to a host computer and standardless calculation software for unknown samples. Must have a security device that protects unauthorized entry. An on-line diagnostics and repair facility via modem should be available. Software must provide qualitative, quantitative and standardless analysis. INSTALLATION: System pricing must include installation by the vendor representative and user familiarization and application assistance for a minimum of two days. All deliverables shall be FOB Destination to the Norfolk Naval Shipyard, Attn: Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000. Delivery is required on or before 09 AUGUST 2004. The following provisions/clauses are applicable: FAR 52.212-1, 52.212-2 Evaluation?Commercial Items (price and past performance are equally important in evaluation), 52.212-3, 52.212-4, and 52.212-5 (incorporating 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37) ADDENDA: DFAR 252.212-7001 (invoking 252.225-7001). IMPORTANT NOTICE: DFAR 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Please ensure compliance with this regulation prior to submittal of your quotation. Lack of registration in the CCR database will make an offeror ineligible for award. Information can be obtained through the internet at http://www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, technical acceptability, adherence to applicable clauses and provisions, required delivery schedule and a satisfactory past performance record. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (i.e. company letterhead, quote form, etc.) but must include the following: 1). Complete company name, mailing and remittance addresses 2). Prompt payment terms 3). Delivery schedule 4). Taxpayer I.D. number , and 5). All completed certifications as required herein. All responses must be received by July 12, 2004, 3:50 p.m. local time and shall reference the Request for Quote number N00181-04-Q-0468. Questions/responses relative to this quote may be faxed to (757) 396-8503, e-mailed to rogersnc@nnsy.navy.mil or express mailed to FISC Norfolk Naval Shipyard, Attn: Norma Rogers, Code 532.3A, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Place of Performance
- Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
- Zip Code: 23709-5000
- Zip Code: 23709-5000
- Record
- SN00616430-W 20040709/040707212423 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |