Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

A -- XRAY POWDER DIFFRACTION SYSTEM

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017806R3058
 
Response Due
8/30/2006
 
Archive Date
11/1/2006
 
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. This is a Request For Proposal under solicitation number N00178-06-R-3058. NAICS Code 334517 with 500 persons small business size standard applies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. It is also anticipated solicitation N00178-06-R-3058 will be posted on the Naval Surface Warfare Center Dahlgren Division (NSWCDD) Procurement Division Business Opportunities website (http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm). Hardcopies will not be provided. Vendors should regularly access all the above sites to ensure they have any/all amendments. A Firm Fixed Price type contract is required for the following items: Item 0001 Xray Powder Diffraction System (1 EA), consisting of Xray Generator, Xray Tube System, Detectors, Software, Profile Fitting Software and Structure Solution Software, Item 0002 Shipping (1 Lot), if separately priced and Item 0003 Commercial Manuals and Warranty (1 Lot). ITEM 0001 Xray Powder Diffraction System shall meet the following requirements: C.1 THE OVERALL SYSTEM CONFIGURATION SHALL: (1) Be designed (more than four sides) for easy access to all system components, (2) Have 2 large slide and fold doors for easy access to system and all components, (3) Provide enclosure full radiation protection, (4) Have redundant, fail-safe circuit protection system, (5) Have warning lamps for X-ray On and Service Operation included on the front of the enclosure, (6) Allow high visibility and accessibility of the goniometer through large tempered leaded glass folding windows, (7) Be equipped with a push plug Cu Goebel mirror that can be exchanged quickly and easily with no realignment, (8) Be equipped with a fixed divergence and antiscatter slit assembly, (9) Be equipped with a sample changer meeting the following specifications: (A) A loading station holding up to six magazine towers, (B) A robot for handling the samples, (C) A rotation sample stage mounted to the goniometer, (D) The rotation stage allows a permanent spinning of the sample for particle averaging as well as accurate positioning in phi, (E) The auto changer allows reflection as well as transmission type of measurements, (F) The loading station can be moved to the side to enable an easy access to the goniometer for replacing the rotation sample stage by a non-ambient sample chamber, and (G) A lock mounting base allows an easy and reproducible remounting of the rotation sample stage. (10) Have large gears (greater than 280 mm diameter) for minimum wear and highest mechanical accuracy (minimum 5 year gear warranty is standard), (11) Have fast angular positioning provided b y a combination of stepper motors and optical encoders w/o resolution compromise, (12) Have high precision stepper motors, (13) Have optical encoders with at least 2000 lines for maximum accuracy, (14) Be capable of full 360 degree rotation for omega and 2theta (without attachments), (15) Have a system goniometer with an opening in Theta ring of 11 cm for attaching optional components, (16) Have precision at plus or minus 0.0001o (theta/2 theta), (17) Have smallest step width in theta/2 theta at 0.0001o, (18) Be microprocessor controlled with diffractometer alignment completely under computer control, (19) Have slew speed in theta/2 theta of 1500/min (maximum), and (20) Have a goniometer that has a third circular high precision mounting ring for additional tools such as a Laser/Video Microscope. C.2 THE X-RAY GENERATOR (POWER SUPPLY) SHALL: (1) Be of medium or high-frequency design, (2) Be completely self-contained in under a 20 inch wide rack mount, (3) Be rated for 20 percent greater than maximum power output, (4) Have computer controlled or manual operation, (5) Permit remote software control of tube current and voltage, (6) Transfer generator status and error messages to PC, (7) Permit selection and locking of generator operating parameters and limit values, (8) Permit current or default values to be used for tube voltage and current, (9) Have diagnostics and operation time counter, (10) Permit automatic burning in and degassing of X-ray tubes, (11) Have diagnostics and operation time counter, (12) Have a continuous power output of 3000W, (13) Have a high voltage range of 10-60 kV, (14) Have current range from 2-80mA, (15) Have high voltage and current that is continuously adjustable, (16) Have tube current and high voltage that is controlled through the data system or manually, (17) Have stability of tube voltage and current at plus or minus 0.01 percent at plus or minus 10 percent line fluctuation, and (18) Weigh less than 150 lbs. ! C.3 THE X-RAY TUBE SYSTEM SHALL: (1) Be Ceramic and of standard des ign so that ANY third party vendor can be used to supply tubes, (2) Have the optional capability of mounting the system to a Rotating Anode Generator (RAG), (3) Have a RAG supplied by the original manufacturer of the Xray equipment, and (4) Have a RAG that fits inside and utilize the existing radiation enclosure. C.4 THE DETECTORS SHALL: (1) Have a NaI Dynamic Scintillation Detector and have a maximum linear count rate of 2x106 pulses/second, (2) Have a high speed Micro-Gap detector with 50mm active area, (3) Be able to measure large 2-theta angle, 12 degrees or more, in fixed mode, (4) Be able to measure 50mm active area (12 degrees 2-theta at a standard measurement set-up) in 100 milliseconds, (5) Be upgradeable to a 2-D Multiwire detector that is based on a sealed proportional counter technology that has been in production for at least 7 years with at least 100 system installations, (6) Have a 11.5 cm diameter concave beryllium window and integral pre-amplification circuit, and (7) Have a position decoding circuit with digital output, diagnostic modes of energy versus position, and position versus position. C.5 THE SOFTWARE SHALL: (1) Have a Microsoft?Windows 2000 or XP operating system, (2) Completely control the Diffractometer, (3) Allow PC controlled alignment of the goniometer using user and/or vendor written script files, (4) Graphically support adjustments of the measurement electronics, (5) Allow on-line selection of the instrument control parameters and the creation of measurement programs with simple menus, (6) Have priority sample mode, (7) Have on-line display of goniometer and sample holder status, (8) Allow real-time display of measured data, (9) Be multi-tasking, (10) Allow extensive data evaluation and presentation, (11) Have the ability to save all aspects of data manipulation, (12) Have batch processing capability, (13) Allow data smoothing and background subtraction, (14) Allow Ka2 stripping, (15) Allow calculation of line position, center of gravity, integrated area and half-width, (16) Allow overlay of multiple patterns, (17) Allow 3 dimensional presentations and text labels, (18) Allow for 3-D contour maps as well as waterfall plots, (19) Allow file conversion to and from ASCII format, (20) Allow fully automated quantitative analysis, (21) Allow automatic selection of analytical programs depending on concentration of one or multiple compounds, (22) Allow data smoothing using Savitzky-Golay or Fourier filtering methods, (23) Must allow Peak search and creation of d/l files, (24) Include a qualitative phase analysis search with background-subtracted patterns, (25) Include qualitative phase analysis search software to allow background subtracted raw data to be searched PDF entries, (26) Allow creation and maintenance of user generated databases, (27) Allow the searching of user created databases, and (28) Complete a PDF search in less than 10 seconds. C.6 THE PROFILE FITTING SOFTWARE SHALL: (1) Refine simultaneously on any number of powder patterns with any number of peaks, and any number of data points, (2) Refine on any number of parameters, (3) Allow Non-equidistant X-axis steps possible for time optimized measurements, (4) Allow analytical profile fitting, (5) Allow choice of profile shape functions such as Pseudo-Voigt and Pearson VII, (6) Allow split versions of any of the functions to account for peak asymmetry, (7) Allow crystallite size determination, (8) Allow Direct Convolution based profile fitting, (9) Allow full convolution based synthesis of line profiles (Fundamental Parameters Approach) for exact determination of profile parameters, (10) Allow standardless microstructure analysis (crystallite size, microstrain, strain), (11) Allow refineable instrument parameters for easy validation of instrument parameters, (12) Allow support of measured instrument functions, (13) Allow any linear and nonlinear constraints for all refineable parameters, (14) Allow various minimization routines (Marquardt Algorithm, line minimization, parameter extrapolation), (15) Allow sparse matrix methods for refinement of thousands of parameters, (16) Allow constraining parameter changes to reasonable values, (17) Allow checking for erroneous parameter values, (18) Allow single line fitting up to whole powder pattern fitting, (19) Allow whole powder pattern decomposition (Pawley and LeBail method), (20) Allow peaks to be grouped for phase dependent microstructure analysis, quantitative analysis, etc, (21) Support ICDD PDF and user defined d-I data via DIF and ShelX HKL files and (22) Support fundamental parameters approach. C.7 THE STRUCTURE SOLUTION SOFTWARE SHALL: (1) Allow seamless integration of the Rietveld refinement method with Pawley-, Labail- and single peak fitting allowing Rietveld structure refinement and quantitative analysis even if the crystal structures are not known for all phases, (2) Refine simultaneously on any number of powder patterns with any number of peaks, and any number of data points, (3) Refine on any number of parameters, (4) Allow Non-equidistant X-axis steps possible for time optimized measurements, (5) Allow analytical profile fitting, (6) Allow choice of profile shape functions such as Pseudo-Voigt and Pearson VII, (7) Allow split versions of any of the functions to account for peak asymmetry, (8) Be fully automated for online/inline production control, (9) Allow whole powder pattern decomposition (Pawley and Lebail method), Rietveld structure refinement, quantitative Rietveld analysis, and structure solution in direct space from powder and single crystal data. In multiphase diagrams any of these methods can be assigned to any crystallographic phase, (10) Refine on any number of structures per diffraction pattern with any number of sites per structure and atoms per site, (11) Allow Ab-initio structure solution from powder and single crystal data in direct space by simulated annealing together with user defined penalty functions, site swapping techniques and lattice energy minimization methods including user! defined force fields, (12) Allow combined refinement of Lab X-ray dat a, synchrotron data, neutron data (fixed wavelength), and single crystal data, (13) Allow rigid and soft bodies with all parameters refineable (bond lengths, translation, and rotation), with free links to rigid and soft bodies and with rotation about any user defined points, axis, hinges, etc, (14) Allow any linear and nonlinear constraints as well as restraints can be assigned to all parameters (e.g. atom positions, lattice parameters, occupation factors, thermal parameters), (15) Support user defined penalty functions for all refineable parameters, (16) Support symmeterized spherical harmonics as well as user defined models for describing preferred orientation, anisotropic peak broadening, anisotropic temperature factors,etc, (17) Allow full handling of space group symmetry, with all space group settings from the ICSD database supported (approx. 1000), and (18) Support crystal structure data via CIF (IUCr Crystallographic Information File) and ShelX INS files. C.8 ITEM 0002 SHIPPING SHALL: (1) Include all charges, if applicable for shipment of Item 0001 to NSWCDD, under F.O.B. Destination terms. C.9 ITEM 0003 COMMERCIAL MANUALS AND WARRANTY: (1) The Contractor shall provide all standard commercial manuals that provide general descriptions, theory of operation, maintenance, replacement parts, etc (e.g. operation/maintenance/user manuals, schematics) for the system provided. A minimum 1 year system warranty from date of acceptance by the Government shall apply. At a minimum, the Contractor shall extend to the Government the same warranty terms, including extended warranties, that are offered in the Contractor?s customary commercial practice. DELIVERY: Delivery shall be under F.O.B. Destination terms to NSWCDD, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. FAR 52.247-34 F.O.B Destination is incorporated by reference. Delivery shall be completed no later than 120 days after date of contract. APPLICABLE CLAUSES THAT ARE INCORPORATED BY REFERENCE: FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ap plies, with addenda as paragraph (b)(12): ADMIN INFO - The offeror shall submit 2 complete copies of the offer via electronic or hard copy submission no later than 30 AUGUST 2006 2:00 P.M. The offer must also include the offeror?s DUNS, TIN and CAGE code numbers and the offeror?s point of contact name, phone number and email address. Offerors must have a current registration in the Central Contractor Registration (CCR) database to be eligible for award. Lack of a current CCR registration will make an offeror ineligible for award. Submit the representations and certifications required at FAR 52.212-3 and DFAR 252.212-7000 Offeror Representations and Certifications ? Commercial Items. TECHNICAL INFO ? For the proposed system, submit complete specifications and product literature that demonstrates complete technical understanding and compliance to the requirements and enables the Government to make a determination of complete system compliance. Address the commercial manuals that will be provided and submit a copy of the commercial warranty. PAST PERFORMANCE INFO ? Submit info for the 3 most recent sales of the same or similar system and include for each sale, the customer name, point of contact address/phone number/email, type of contract, date of order, quantity, unit price, order amount and delivery period. The Government may contact the references provided to determine quality of product, delivery timeliness, customer service, etc. PRICE INFO ? Submit a copy of the current catalog or established price list for the system/system components. Submit a statement that the catalog or established price list is regularly maintained, it is published/available for inspection by customers, it states the prices at which sales are currently made to a number of buyers, the items are commercial items sold in substantial quantities to the general public, at the prices listed in the catalog or price list, and the proposed prices, including consideration of any discounts/rebates, do not exceed prices charged the offero r's most favored customer for like items in similar quantities under comparable conditions. FAR 52.212-2 EVALUATION applies, with addenda for paragraph (a), evaluation factors to be used to evaluate offers is: (1) Technical capability of the item offered to meet the Government requirement as documented in the offeror?s proposal submissions. (2) Past performance - Offerors will be evaluated on quality of product; timeliness of delivery; and customer service as determined from references provided and/or other information available to the Government. (3) Price - Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the other evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Award - The Government will award a contract resulting from this RFP under FAR 13.5 procedures, to the responsible offeror, whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. FAR 52.212-3 AND DFAR 252-212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS applies and shall be completed and submitted with the offer. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS applies. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS applies with the following additional subparagraph (b) clauses applicable: 52.203-6 ALT I Restrictions On Subcontractor Sales To The Government, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation With Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 E mployment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues Or Fees, 52.225-13 Restrictions On Certain Foreign Purchases, 52.232-33 Payment By Electronic Funds Transfer-CCR. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS applies, with the following additional subparagraph (a) clauses applicable: 52.203-3 Gratuities, 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests For Equitable Adjustment, 252.247-7023 ALT III Transportation Of Supplies By Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Offers are due no later than 2:00 p.m. EDT on 30 AUG 2006. Offers can be submitted hardcopy or electronically and should be sent to the attention of Code XDS13-10, Building 183, First Floor, Room 106, NSWCDD, 17320 Dahlgren Road, Dahlgren, VA 22448, E-mail DLGR_NSWC_XDS13@navy.mil, phone 540-653-7765.
 
Record
SN01113237-W 20060813/060811221841 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.