SOLICITATION NOTICE
66 -- Open-Path FTIR System
- Notice Date
- 8/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
- ZIP Code
- 50010
- Solicitation Number
- RFQ6904
- Response Due
- 8/29/2004
- Archive Date
- 9/30/2004
- Point of Contact
- Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482, - Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482,
- E-Mail Address
-
dhill@nadc.ars.usda.gov, dhill@nadc.ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ6904, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small- Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 339111. The USDA, National Soil Tilth Laboratory has a requirement to purchase an Open-Path Fourier Transform Infrared (FTIR) System. Please quote one each of the following: (1) FTIR base module (IMACC Base Unit or EQUAL); (2) ZnSe beam splitter upgrade from KBr; (3) HgCdTe detector upgrade form DTGS; (4) Monostatic open-path transmission accessory; (5) Tetro array with 60 2.5in, less than 20arc-sec elements with NEMA enclosure; and (6) UPS/filter. The items you are offering must meet or exceed the following salient characteristics. GENERAL SPECIFICATIONS It is built with the same modular components as most FTIR systems so it can be configured for open-path measurements as well as cell-based laboratory/field measurements. The basic monostatic open-path system can operate directly in: (1) Monostatic transmission mode, (2) Bistatic transmission mode, or (3) Passive radiance mode. This same system with a low cost accessory can also operate in (4) Cell-based extractive mode. The system can be converted to any of these modes in a matter of minutes. In monostatic transmission mode the IR source is in the FTIR. The infrared (IR) beam is modulated by the FTIR and transmitted through the air to a retro-reflector array. The returned beam is detected by the monostatic system. In bistatic transmission mode the IR source is at the far end of the path and its radiation is detected by the FTIR. In either of these modes, a transmission spectrum is generated for the intervening air and it is analyzed to detect the gases present as well as their concentrations. In passive radiance mode no IR source is used, instead hot gases leaving a stack, a fire, etc. are themselves the IR source. In this mode a radiance spectrum is produced containing features of all hot gases present. The radiance spectrum is then used to detect and quantify the gases present. The open-path system can also be used with an optional conversion unit to make the FTIR a cell-based analyzer such as used in the laboratory. This mode of operation can be used to analyze any gaseous sample drawn through the cell. Systems of this type are used for laboratory analyses of samples as well as analysis of samples drawn from an external emission source or even the ambient air. DETAILED SPECIFICATIONS The requested open-path system consists of an FTIR Base Module and a telescope-based open-path accessory. A cell based accessory must be available for attachment to the base system. The Base Module contains the FTIR modulator, laser control systems, power supply, and on-board control electronics. The open-path accessory contains the telescope, the coupling optics for the FTIR and both radiance-mode and monostatic transmission mode optics. The cell-based accessory, if used, contains a fixed-path or variable-path cell, pressure and temperature control systems, and coupling optics for the Base Module. The FTIR Base Unit : (1) 0.125 cm-1 FTIR modulator , (2) Stable ?dash-pot? mirror movement, (3)Dynamic alignment for computer controlled auto alignment and dynamic stabilization during operation, (4)High throughput 2? aperture, (5)Interchangeable beam splitters and detectors allowing for visible, near IR and far IR operation , (6)Optional ZnSe beam splitter and high D* HgCdTe detector (used for all open-path systems), (7)Long coherence length HeNe laser for FTIR and dynamic alignment control, (8)Base plate configuration to couple with any (IMACC or EQUAL) accessory. The Telescope-Based Accessory: (1) 12? diameter Cassegrain telescope, (2)Pyrex optical elements with front surface aluminum, over coated with SiO for easy cleaning, (3)Effective focal length of 180? for high degree of beam collimation, (4)Dual optical systems for rapid conversion between monostatic transmission mode and either bistatic transmission or passive radiance modes, (5)Laser alignment accessories for rapid checking or aligning of the full system. Corner Cube Array: (1) 20? X 20? Corner cube (retro reflector) array, (2) All cubes 2.5? with better than 20 arc second accuracy, (3) Front surface gold coated with SiO overcoats, (4) Full NEMA 4 enclosure. Software Requirements (included with Base Unit) : Software must be able to Quantify ? for graphical development and testing of analysis methods; Monitor ? for automated acquisition, analysis, and display of data; and an editor- for ?drag-and-drop? creation of sequences of events for the FTIR as well as external equipment. Software must also include spectroscopic and analysis tools such as synthetic Io generation, spectral averaging, and automated purging of files for unmanned systems. Special Analytical Features: The analysis software must have built in full linearity correction of all data for arbitrary concentration ranges, spectral line shift correction of spectra before analysis eliminating the significant errors that can occur due to shift, full bias correction for bias induced by strongly absorbing species in the gas matrix. The software also has as a package full analysis of radiance data. Libraries: Must be delivered with three libraries at 25C, 100C, and 185C. Each library contains absolutely calibrated references for compounds of interest to industrial and environmental monitoring. Each library also contains a series library containing spectra of analytes from low to very high concentrations for use in establishing or checking linearity of compounds in a developed method. Support: Must have personnel recognized as experts in the field of spectroscopy. The company provides free of charge unlimited telephone or modem/internet support of all clients for the first six months of system ownership. This includes, for example, support for field measurements, analytical methods development, data QA/QC, and specialized analytical/measurement issues. Optional Equipment Available from Vendor (for purchase at a latter date): (1) Industrial Computer, (2) Liquid nitrogen auto fill system, (3) Tripod and gear head, (4) Training and methods development assistance. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 29, 2004. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 3, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
- Place of Performance
- Address: USDA-ARS-National Soil Tilth Laboratory, 2150 Pammel Drive, Ames
- Zip Code: 50011
- Country: USA
- Zip Code: 50011
- Record
- SN00642201-W 20040814/040812211643 (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 |