Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

66 -- X-RAY FLUORESCENCE SPECTROMETERS FOR TOBYHANNA ARMY DEPOT,TOBYHANNA,PA 18466 THIS REQUIREMENT IS BEING RESOLICITED UNDER FULL AND OPEN COMPETITION. THE PREVIOUS SOLICITATION W25G1V-09-R-0001 WAS CANCELLED.

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-09-R-0011
 
Response Due
2/24/2009
 
Archive Date
4/25/2009
 
Point of Contact
Ruth Mecca, 570-895-7432<br />
 
Small Business Set-Aside
N/A
 
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-29. NAICS Code 334516, 500employees. The Solicitation number W25G1V-09-R-0011 is issued as a Request for Proposal (RFP) as full and open competition. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local 02/24/09. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-895-6782,e-mail or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR)http://www.dlis.dla.mil/ccr. Parties interested in responding to RFP are requested to complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical Documentation; must be submitted with your offer in order for your offer to be considered. See below regarding submission of Technical Documentation and examples of Past Performance. Completed SF1449 and other information must be faxed 570-895-6782, sent electronically as a.pdf file to; ruth.mecca@us.army.mil or provided hard copy. Delivery and on-site installation at Tobyhanna Army Depot (TYAD) shall be no later than 60 days from date of award. Delivery is FOB Destination, TYAD, Tobyhanna, PA 18466.DESCRIPTION OF REQUIREMENT:Brand name or equal, Fisher Technology Inc., Model: Fisherscope XDAL, Part Number: 603-283, X-Ray Fluorescence Spectrometer, Quantity (3) each, Fisher Technology Inc. 750 Marshall Phelps Rd. Windsor, CT 06095. SALIENT FEATURES: This specification defines the minimum requirements for the procurement, performance and acceptance of an X-Ray Fluorescence (XRF) inspection system to be used in the simultaneous quantitative element analysis and thickness measurement of electronic parts and circuit card assemblies. The primary materials to be measured are the electronic component material compositions, by weight ratio, and the finish layer thicknesses per applicable component military standards, MIL-STD-1276G, Leads for Electronic Component Parts. Typical finish layer composition is a maximum of 97% tin content with a minimum of 3 percent lead (Pb) by weight. These component lead finish measurements will be performed in accordance with the procedures of ASTM B567. A secondary measurement is the determination of what constituent materials are present with the constituent material ratios and thicknesses in the component lead finishes.1.0: General Requirements: The following defines the minimum requirements for compliance to Environmental, Safety and Health issues: 1.1: The X-Ray tube head and all objects to be irradiated are within a shielded cabinet. 1.2: An X-Ray ON indicator will activate when X-Rays are produced. 1.3: An emergency OFF device shall be available to prevent or quickly interrupt the X-Ray production. The device shall require manual resetting to enable the reinitiating of X-Ray production. The use and function of the device shall be clearly labeled. 1.4: Each entrance or panel providing access to the cabinet shall have fail-safe interlocks installed to prevent access from outside the X-Ray cabinet. 1.5: The exposure rate at two inches from any accessible surface outside of the enclosure shall not exceed 0.5 mR per hour. This exposure rate shall be demonstrated during initial evaluation of the X-Ray system. 2.0: System Requirements: This is a sensitive, noncontact, and nondestructive method for measuring the coating thickness and coating composition of metallic and some nonmetallic coatings materials. It will be used to measure coating and base combinations that are not readily measured by other techniques. 2.1: The X-Ray Fluorescence Spectrometer (XRF) system shall be a new system. Used or refurbished systems or components are not acceptable. The XRF system must be comprised of the X-Ray Fluorescence Spectrometer unit and the Operators Computer System. 2.2: Electrical Requirements: Voltage, 120 VAC, +/- 10%: Frequency, 60 Hz: Power Consumption, not to exceed 250 Watts: Source, the Government will provide an Uninterruptable Power Source (UPS) rated at 2.0 KVA for each system. 2.2.1: No other power, liquid, air, vacuum, or gas sources shall be required.2.3: External Dimensions: The external X-Ray Fluorescence Spectrometer (XRF) unit nominal dimensions are; 24.0 inches (609.6 mm) Width x 30.0 inches (762.0 mm) Depth x 24.0 inches (609.6 mm) Height. However, be advised there are restrictions involved. The separate Operator Computer System is not included in these dimensions. 2.4: XRF Internal Working Requirements: The internal X-Ray chamber dimensions shall be such that inspection can be performed on a circuit board panel measuring at most 10.0 inches (254.0 mm) (Width) x 10.0 inches (254.0 mm) (Depth) x 6.0 inches (152.44 mm) (Height). 2.5: XRF System Weight: The XRF unit should not exceed a nominal weight of 270 lbs.(122.5 kg), weight restrictions are involved. 3.0: Specific Requirements: 3.1: The complete system shall be capable of X-Ray Fluorescence Spectrometer (XRF) material analysis and thickness inspection. The material analysis and coating thickness measurement shall be performed in one test sequence. The testing and reporting shall include individual or multiple electronic components (production or batch processing), circuit board panels and circuit board assemblies without any damage or direct contact to the test articles.3.2: X-Ray Specifics:3.2.1: The XRF unit shall include a PIN semiconductor detector, or better, with an energy resolution of 200 eV, or better. 3.2.2: The XRF unit shall provide a programmable motorized selection of no less than four (4) X-Ray collimators in the range of 0.1 mm (0.003937 inches) to 1.0 mm (0.03937 inches). The responding collimation test spot size shall not exceed 100% larger than the respective collimator size. 3.2.3: The XRF unit shall provide programmable motorized filters for Nickel (Ni) and Aluminum (Al) spectra. The system detection range shall extend from atomic number 13 (Aluminum) to atomic number 92 (Uranium). 3.2.4: The XRF unit shall provide a visible laser light sample observation capability with optical image magnification of equal or greater than 20X and digital magnification in steps of x1, x2, x3, x4. The observation capability shall support aiming of the X-Ray source on the sample to within 0.002 inches (0.0508 mm) accuracy and support verification of the aiming point on the sample. 3.3: Motorized Stage Specifics: 3.3.1: The XRF unit shall include a programmable motorized stage to manipulate the test article or detector in the X, Y, and Z axes. The motorized stage dimensions shall be at least 10 inches (254.0 mm) Width and 10 inches (254.0 mm) Depth, and a Z axis adjustment of at least 5 inches (127.0 mm) Height. The stage positioning accuracy shall be within 0.01 mm (0.000394 inches) precision. 3.3.2: The motorized stage shall support test sample(s) up to 4.5 pounds (2.04 kg) weight while maintaining stage positioning accuracy. 3.3.3: The motorized stage shall allow positioning control via a computer interface and separate joystick or other front panel control. Direct contact with the item under test is not permitted. 3.4: Analysis Specifics:3.4.1: The XRF system shall support the determination of constituent weight ratios and thicknesses of material layers down to 50 nm (1.97 micro inches) thick. 3.4.2: The XRF system shall support determination of element distribution by each layer. 3.4.3: The XRF system shall permit production/task type programming via the Operator Computer System to perform multiple article testing. The system must test multiple components during a single test sequence for a fully automatic test run. 3.5: Test Standards Specifics:3.5.1: The Contractor shall provide material analysis and thickness standards to serve as calibration items for the XRF. The standards must be traceable to the National Institute of Standards and Technology (NIST) and NIST certifications shall be provided to the Government. 3.5.2: The Contractor shall provide one set only, of each of material composition standard for Bismuth (Bi), Tin (Sn), Copper (Cu), and Silver (Ag) that are pure (99.99%) samples. 3.5.3: The Contractor shall provide one set only of each of Tin-Lead (90%Sn-10%Pb) composition foil standard. The Sn/Pb foil standards should have a thickness of 100 microinch (2.54 um), 200 microinch (5.08 um), and 300 microinch (7.62 um), all +/- 5% tolerance. 3.5.4: The contractor shall provide one set only of each Tin (Sn) foil standard, greater than or equal to 99.9%, of a specified thickness as a verification standard. The Sn foil standards should have a thickness of 100 microinch (2.54 um), 200 microinch (5.08 um) and 300 microinch (7.62 um) all +/- 5% tolerance.3.6: The Operator Computer System (OCS) software configuration. 3.6.1: The Contractor shall provide OCS application software to perform XRF material analysis and coating thickness measurements, data storage, data report generation, and data backup operations. The Contractor shall provide installed application software and provide the Government with the software distribution media and licenses. 3.6.2: The OCS software shall provide thickness measurement and coating analysis, elemental analysis, with the evaluation results both displayed and stored for each individual test point. All test parameter data shall be stored for each test spot measured. The recorded measurement and analysis data shall be database searchable based upon selected queries for custom operator reports and exporting. The displayed and stored results shall support as a minimum the data requirements indicated in Appendix A.3.6.3: All offerors must receive a copy of APPENDIX A and provide a statement indicating the capability of meeting the requirements in Appendix A by acknowledging both in their offer. Email ruth.mecca@us.army.mil for copy of APPENDIX A, Typical XRF Data and Field Formats Requirements. 3.6.4: The OCS recorded data shall also have provisions for the addition, modification, or deletion of data fields based upon the Governments requirements indicated in Appendix A. 3.6.5: The OCS test data, both measured and operator entered, shall be exportable in a common Microsoft Office Professional 2007 application format via a USB port device, a DVD/CDROM media, or printed in a prepared report format. 3.6.6: The OCS shall display the measurement results in various formats such as lists, color coded specification limits, statistical evaluation methods, and material identification types and shall be modifiable by the Government. 3.6.7: The computer interface(s) shall provide for video image capture, storage, and export in Microsoft Office Professional 2007 compatible picture or video formats, such as.bmp,.tif,.jpg, Etc. 3.6.8: The computer interface(s) shall provide for text data interfacing in a format usable as Microsoft Office Professional 2007 objects such as.doc,.xls,.mdb,.txt, Etc. 3.6.9: The Operators Computer System (OCS) shall have the Microsoft Office Professional 2007 installed with software media and licenses provided to the Government. 3.7: The Operator Computer System (OCS) hardware configuration.3.7.1: The OCS shall have the latest Intel processor, with a minimum configuration of 1 GB RAM, a minimum 80 GB hard disk drive, a DVD/CD-ROM Read/Write capable disk drive, minimum two spare USB ports, a USB keyboard, a USB mouse, and a 10/100/1000 Local Area Network (LAN) capability. 3.7.2: The OCS shall have an operating system of Microsoft Windows XP with the latest service packs installed. All software media and licenses shall be provided to the Government. 3.7.2: The OCS shall have an operating system of Microsoft Windows XP with the latest service packs installed. All software media and licenses shall be provided to the Government. 3.7.3: The OCS shall have a 17 inch flat panel Liquid Crystal Display (LCD) display that supports a 1280 by 1024 dot matrix resolution at 60Hz rate. 4.0: Other Equipment: 4.1: TYAD will provide all necessary conditioned electrical power connections for the system based upon installation instructions. Any other equipment or components needed to fully operate the XRF system shall be supplied by the Contractor.5.0: Documentation: 5.1: The Contractor shall deliver two sets of the entire XRF system installation and assembly drawings/instructions to TYAD. The installation instructions shall be made available to the Contracting Officers Representative (COR) at 10 days prior to the delivery of the system to allow proper site preparation. 5.2: The Contractor shall deliver one set each of operators manual, any maintenance manuals and consumable or spare parts lists in hardcopy or electronic versions to TYAD with each XRF system. 5.3: The Contractor shall deliver all commercially available software installation media, software licenses and documentation to TYAD at time of delivery. 5.4: The Contractor shall deliver proof of the National Institute of Standards and Technology (NIST) traceable documentation to TYAD at time of delivery. 6.0: Installation: 6.1: The Contractor will coordinate the start-up date with the COR,5 business days prior to the delivery of the XRF system. 6.2: The Contractor shall perform and complete installation within five (5) business days after delivery to TYAD. The Contractor shall provide and concurrently install the XRF systems at the testing centers in TYAD. Preparation of the installation locations will be the responsibility of TYAD based upon the delivered installation instructions. TYAD shall receive and move the XRF systems from the receiving dock to the installation sites. Installation shall include: uncrating, unpacking, and any required assembly; connecting the system to the required utilities; and verification of system operation. The Contractor is responsible for providing all equipment necessary to perform the required installation. TYAD will dispose of crating and packing materials. 6.3: The Contractor shall perform initial start-up, test and calibration of the XRF system as part of the installation and prior to any training. 7.0: Training: 7.1: The Contractor shall provide training for a maximum of six (6) students within 5 business days after installation. The Contractor shall provide a knowledgeable instructor for a minimum of one day (8 hours) one session of on-site operator training at TYAD following final installation and calibration of the XRF system. The training shall be coordinated with the COR and include calibration, operation, and maintenance of the XRF System equipments. 7.2: The Contractor may provide supplemental training test samples. The Government may provide sample electronic components and boards/assemblies for training purposes.8.0: Delivery: 8.1: Contractor shall deliver each XRF system(s) and all system deliverables within 60 days of receipt of award. The delivery shall be FOB Destination, freight prepaid to TYAD,Tobyhanna, PA 18466.9.0: Inspection and Acceptance: The Contractor shall perform and complete installation and on-site training within ten (10) business days after delivery to TYAD. Upon completion of the installation and training the Contractor shall perform acceptance testing. 9.1: Acceptance testing verification of the system performance per this specification. 9.2: Acceptance testing will encompass correctly identifying and processing of material composition NIST standards. 9.3: Acceptance verification of the operators computer system hardware and software types and configurations. 9.4: Acceptance verification of the deliverable items. 9.5: Final acceptance of the entire XRF system shall be by the COR, and occur after completion of installation, calibration, acceptance testing and training at TYAD, Tobyhanna, PA 18466. 10.0: Warranty: 10.1: The Contractor shall provide a Warranty for one-year from date of acceptance, for material, labor, and travel to Tobyhanna, PA 18466. 10.2: The Contractor shall provide free technical phone support for life of the system. 11.0: Item Identification and Valuation: 11.1: Unit cost must include Item Identification and Validation per DFARS 252.211-7003. PROPOSAL SUBMISSION: The pricing shall be filled out as follows:CLIN 0001:$___ X-RAY FLUORESCENCE SPECTROMETER, QUANTITY:3 EACH. TECHNICAL DOCUMENTATION: offeor shall provide with his offer,manufacturers technical specifications for the X-Ray Fluorescence Spectrometer proposed and proposed delivery schedule. Offerors literature must clearly show the product quoted matches the referenced brand (salient features).PAST PERFORMANCE: The offeror shall provide with his offer, three examples of sales with related installation and training services, of a similar X-Ray Fluorescence Spectrometer provided in the past three years. The examples shall include; customer name, phone number, model supplied, dollar value of contract and required/actual delivery.APPLICABLE FAR CLAUSES: The following FAR clauses and provisions apply to this acquisition: 52.203-11, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transaction; 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Items, With Addendum; 52.212-2 EVALUATION-COMMERCIAL ITEMS fill in (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 evaluation will be pass/fail based on review of information submitted by offeror; Past Performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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, which includes; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1;52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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, Employment 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;52.222.50 Combating Trafficking in Persons;52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central contractor Registration;52.215-5 Facsimile Proposals(FAX Number: (570)895-6782); 52.223-3- Hazardous Material Identification and Material Safety Data; 52.223-6-Drug-Free Workplace; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-11Ozone Depleting Substances; 52.223-13Certification of Toxic Chemical Release Reporting;52.223-14 Toxic Chemical Release Reporting; 52.223-15 Energy Efficiency in Energy Consuming Products;52.225-18 Place of Manufacture; 52.227-1 Authorization and Consent, 52.227-2 Notice and assistance regarding patent and copyright infringement; 52.227-19 Commercial Computer Software; 52.228-5 Insurance Work on a Government Installation, liability: workers compensation $100,000,bodily injury 500,000 per occurrence, Automobile Liability Insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage;52.229-4 Federal, State and Local Taxes(State & Local Adjustments);52.233-2 Service of Protest; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation;52.242-13 Bankruptcy; 52.243-1 Changes-Fixed Price;52.246-2 Inspection of Supplies-Fixed Price; 52.246-4 Inspection of Services Fixed Price;52.247-34 F.O.B Destination; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference Full Text may be accessed electronically at : http://farsite.hill.af.mil or http://www.arnet.gov. APPLICABLE DFARS CLAUSES that apply to this acquisition:252.201-7000 Contracting Officers Representative;252.204-7003 Control of Government Personnel on Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions;252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7003, Contracting Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; which includes; 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; ; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals;252.225-7015 Restriction on Acquisition of Hand or Measuring Tools, 252.225-7021, Trade Agreements; 252-227-7015; Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea;252.225-7002 Qualifying Country Sources as Subcontractors;252.225-7013 Duty Free Entry;252.225-7020 Trade Agreement Certificate; 252.232-7010 Levies on Contract Payments 252.243-7001; Pricing Of Contract Modifications; The offeror will also be required in award to comply with TYAD local clauses for performance of on-site work at TYAD, contract administration and payment under 52.0000-4956 Wide Area Workflow System which will be included in any resultant contract. For a copy of the TYAD local clauses applicable to the award, Email:ruth.mecca@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=478ceb2ecfe5bfb768acfb4559df4774&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA<br />
Zip Code: 18466-5100<br />
 
Record
SN01746849-W 20090211/090209220027-478ceb2ecfe5bfb768acfb4559df4774 (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.