SOLICITATION NOTICE
66 -- Spectrometer
- Notice Date
- 6/30/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-06-T-0111
- Response Due
- 7/9/2006
- Archive Date
- 9/7/2006
- Small Business Set-Aside
- Total Small Business
- 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 being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-06-T-0111. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (iv) This acquisition is set-aside for 100% small business concerns. The associated NAICS code is 334516. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): [CLIN 1: Dispersive Raman Spectrometer IAW statement of work QUANTITY:1 UNIT OF MEASURE: EA.] [CLIN 2: Shipping QUANTITY: 1 LOT] (vi) Description of requirements: DISPERSIVE RAMAN SPECTROMETER The Contractor shall provide a Dispersive Raman Spectrometer as per the following specifications: STATEMENT OF WORK (SOW) Acquisition of Multi-Laser Dispersive Raman Spectrometer Introduction The contractor shall provide a bench top dispersive Raman spectrometer. The Contractor shall deliver and install the dispersive Raman spectrometer and all accessories to the US Army Research Laboratory (ARL), Building 4600, at theAberdeen P roving Ground (APG), Maryland site. This capability will be an integral part to theexisting materials properties assessment facility. General System Specifications - The contractor shall provide a multi-laser new bench topdispersive Raman spectrometer which meets the following specifications: Dimensions and Weight The system shall have an overall height not to exceed 48 inches and a footprint of less than 60 inches by 60 inches. The system shall have an overall weight not to exceed 500 pounds. Vibration-Dampening Stand The system shall have a base that is designed to help dampen vibration, such that a presence of any remaining vibration cannot be detected through a 100x optical objective by the eye. Electrical Power Standard 110V AC; must include a surge protector. Desktop Computer Controller The contractor shall provide a desktop computer for computer controlled operations through proprietary software applications that allow the users to create and save test setup parameters, data acquisition of transducers, and s ystem tuningcapabilities. The contractor shall install software applications at the factory or at the time of delivery. The computer must operate on Microsoft Windows XP. The contractor shall provide a functional flat-panel monitor at least 17 inches in diagonal, keyboard, and mouse. The computer system shall include a CD-recordable drive, at least four USB ports, and an Ethernet networking card. Application Software The control software shall have standard software applications available for automated and simplified collection of Raman spectra. The contractor shall ensure that the spectra exports into Excel or plain text X,Y pair data format. Th e contractor shall ensure that the software is capable of system control, switching between and optimizing lasers, movement of mirrors, and performing all necessary calibrations without the need of a user to physically adjust internal components. Software must include off-line libraries to look up reference spectra for known and cataloged common materials. Lasers The contractor shall ensure that two Class 1 lasers are included in the system; one that lazes at 514 or 532 nm and one that lazes at 785 nm. Intensity of laser light interacting with the sample must be able to be controlled down to 1% intensity. Locking Manifold The system shall have a locking manifold that prevents the user from directly viewing the laser ligh t or accessing the internal components of the machine. Camera The system shall have a color camera that is capable of digitally capturing optical images of the sample surface, with a live view available on the computer monitor screen. Spectral Resolution and Range The system shall have a capability of at least 3 wavenumbers resolution in a given spectrum for both lasers, and be able to detect up to a range of around 4000 wavenumbers for all lasers on the system. Rayleigh Light Filters The system shall have a Rayleigh laser light edge filter that has a cutoff of 70 wavenumbers or less (i.e. 10% or greater transmission at 70 cm-1). Microscope Objectives The system shall contain a microscope with objectives of magnification 5x, 10x, 20x, 50x, and 100x. The microscope must not be of the inverted type. CCD Detector The system shall contain a charged coupled device detector for spectral analysis with a pixel grid of at least 1024x128 pixels, without the need of external cooling (i.e. liquid nitrogen). Polarizers The system shall contain laser light polarizers for circular and orthogonal polarization for each laser. Upgrades The contractor shall ensure that the system either contains or is upgradable to include the following options; XYZ stage control and mapping, ability to generate line and area scans, addition of at least one laser, and automatic focus. Installation - The contractor shall install and set-up the new dispersive Raman system in building 4600, L1047 at the ARL-APG site. Permits/Responsibilities The contractor is responsible for obtaining all licenses and permits, and for complying with all Federal, State, and municipal laws, codes, and regulations applicable to this SOW. In addition, the contractor shall follow all safe ty procedures and be in compliance with all Office of Safety and Health Administration (OSHA) requirements during the installation of the dispersive Raman system. Work Force Interruptions The Contractor shall notify the Technical Point of Contact (TPOC)) at least 24 hours in advance of any expected work force interruptions (is there going to be anything beside the install? in order to ensure minimal disruption to Government personnel and to make the necessary arrangements to accommodate the contractor. Refuse/Trash The contractor shall remove all trash, boxes, wood, crates, packing material and other debris associated with the installation of the system. Training The contractor shall provide a one (1) day on-site training for up to six Army Research Laboratory personnel on the general operations of the dispersive Raman system at the ARL-APG site. Manuals and Engineering Drawings The contractor shall provide all relevant manuals and engineering drawings for instruction, installation, operation, calibration, and maintenance/trouble shooting purposes of the dispersive Raman system. Warranty The contractor shall provide a three-year warranty on all parts and labor for the dispersive Raman system, commencing on the date of acceptance of the system. General Guidelines for Performance at ARL-APG: All Contractor personnel shall be US Citizens or have green cards (Immigration and Naturalization Service Card, Citizenship Applied For). The Contractor shall submit to the TPOC, in writing, the names and social security numbers of all prime and subcontrac tor personnel who will be working at the ARL-APG site. This information must be received by the TPOC at least 48 hours prior to the Contractor employee reporting to work on site. The Contractor shall provide all contractor personnel working on-site at ARL-APG with a form of visual identification (i.e. ID badge, contractor emblem, etc.) which shall be displayed at all times while on the ARL-APG project sites. The ID badge shall identify each individual as an authorized employee of the Contractor. Building 4600 at APG is not considered to be a secured area (i.e. it is not behind the fence) , hence no check in upon entering a post is required. However, the Contractor must sign into Building 4600 upon arrival and exiting, daily. For security purposes, under no circumstances shall the contractor be allowed to secured areas on an unescorted basi s. APG Post Regulations The Contractor and its employees must comply with all post regulations. Delivery must be made 90 days after receipt of contract. (vii) Delivery is required 90 days after receipt of contract Delivery shall be made to US ARMY RESEARCH LABORATORY, ATTN: SHIPPING AND RECEIVING, APG, MD 21005. Acceptance shall be performed at the same address. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered The following factors shall be used to evaluate offers: Technical Acceptability- The capability of the item offered to meet the agency needwill be determined by evaluating the information about the offered product that is furnished by the vendor quote to confirm that it meets all of the specifications Past Performance- Potential vendors must provide evidence that they have been performing the required upgrades listed in the specifications for a minimum of a twelve month period. The Government will award a contract to the offeror whose offer conforms to these criteria and is the lowest price to the Government. The Government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6ALT I, FAR 52.204-4, FAR 52.204-7, FAR 52.212-3ALT I, FAR 52.212-4, FAR 52.219-4, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, FAR 52.233-4, FAR 52.203-3. DFARS 252.225-7001, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 2 52.232-7003, DFARS 252.247-7023. Clauses and provisions can be obtained at www.arnet.gov. (xiii) The following additional contract requirement(s) or terms and conditions apply: A minimum 12 month warranty is required. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 07/09/2006 by 11:59 PM EASTERN STANDARD TIME , at RDECOM, ATTN:Mr. Kevin Hawk, khawk@arl.army.mil, APG, MD 21005. (xvii) For information regarding this solicitation, please contact Mr. Kevin Hawk at 410-278-6515 or email hawk@arl.army.mil.
- Place of Performance
- Address: Army Research Laboratory Aberdeen Proving Ground APG MD
- Zip Code: 21005
- Country: US
- Record
- SN01081347-W 20060702/060630221027 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |