|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,2000 PSA#2595Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W.,
Washington, D.C. 20375-5326 66 -- ELECTROCHEMICAL SPECTROSCOPIC IMPEDANCE SYSTEM SOL
N00173-00-R-AT04 POC 10. Evangelina R. Toledo, Contract Specialist,
Code 3220.AT, (202) 767-2021, Wayne Carrington, Contracting Officer
E-MAIL: Click here, toledo@contracts.nrl.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation 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
solicitation, N00173-00-R-AT04 is a request for proposal (RFP). The
incorporated provisions and clauses of this acquisition are those in
effect for Federal Acquisition Regulation (FAR) and Federal Acquisition
Circular 97-08 (excluding 97-07) and for Defense Federal Acquisition
Regulation Supplement (DFARS) through Defense Federal Acquisition
Regulation 91-13. The small business size standard for this acquisition
is 500 employees and the SIC code is 3825. This acquisition is
unrestricted. The Naval Research Laboratory (NRL) has a requirement for
CLIN 0001, an electrochemical impedance spectroscopic system in support
of the basic research effort in corrosionscience. The system consists
of a scanning Kelvin probe system including a scanning head, control
unit, associated power supplies, plus an electronic potentiostat,
electrochemical impedance interface, frequency response analyzer, and
electrochemical software. The required system shall meet or exceed the
following specifications: SCANNING KELVIN PROBE: Probe Movement: shall
be x = 100 mm, y = 100 mm, z = 35 mm. Data Acquisition: step and
measure shall be from 8 x 6 data points to 512 x 384 in seven steps;
shall be capable of both step scan and sweep scan modes with sweep
velocity up to 2 mm/second; shall be capable of data averaging from
1-512 samples per data point, variable sample rate from 3 mHz to 50
kHz, user-defined sample delay from 0-1000 milliseconds. Maximum probe
step resolution: shall be 0.5 microns. Differential amplifier: shall
be greater than 10 exp 10 ohms input impedance, decade gain ranges from
0 to 80 db, common mode range plus or minus 12 volts Lock-in amplifier:
software controllable gain range, gain 1 to 10 exp 5, maximum
theoretical sensitivity 50 nanoamps, output time constant 0.1,1 and 10
seconds Vibrating actuator: one dimensional low voltage piezo-electric
actuator. Vibration amplitude: software set from 0 to 60 microns
perpendicular to sample surface Other requirements: system can be
upgraded to have scanning vibrating probe ELECTRONIC POTENTIOSTAT AND
IMPEDANCE SPECTROSCOPY SYSTEM: Potentiostat: shall be utilized in
either potentiostatic or galvanostatic mode; current range 100 nanoamps
full scale to 1 amp full scale, and under software control shall have
a minimum current range of 1 nanoamp providing, picoamp current
resolution; shall be capable of both positive feedback IR compensation
and two point extrapolation current interrupt; capable of scanning a
voltage window of 4 V; shall scan 400 V/s under software control; shall
acquire data as quickly as 50 microsec/data point; shall incorporate
differential electrometer with input impedance greater than 10 exp 11
ohms; maximum voltagerange of electrometer plus or minus 10 v; shall
provide analog inputs to interface to a lock-in amplifier or frequency
response detector for AC voltammetry or AC impedance; shall have an
output DNC with capability for data acquisition from various devices,
such as a quartz crystal analyzer or rotating disk electrode; shall be
interfaced with a multiplexer to increase the maximum number of
experimental cells; shall be compatible and interchangeable with
existing Princeton Applied Research Model 273A potentiostats; shall be
operable by existing Corrware Software from Scribner Associates.
Frequency Response Detector: frequency range 10 Hz to 5 MHz; oscillator
amplitude of 1 mV to 1 V; fullscale voltage sensitivity below 5 kHz of
100 nanovolts to 3 volts in a 1-3-10 sequence and above 5 kHz of 100
microvolt to 1 volt in decades (5 kHz-5MHz); input signal impedance of
100 K-ohms; shall recover signals in the presence of up to 130 dB of
noise; provides analog inputs for interfaced to existing Princeton
Applied Research Model 273A potentiostats; shall have signal input
impedance of 100 K-ohm. Full documentation of operating instructions,
repair/maintenance manual, and installation and training shall be
included. Contractor must provide a standard commercial warranty,
including an offer of extended warranty as provided in customary
commercial practice. The contractor will be required to certify that
the offered equipment will perform precisely as described in this
specification. All capabilities must be demonstrated during the initial
installation and will be reviewed prior to final acceptance of the
instrument. Delivery and acceptance is at the Naval Research
Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB
Destination, no later than 90 days from date of award. The FAR and
DFARS provisions and clauses sited herein are incorporated by reference
into this solicitation. Offerors are advised to propose in accordance
with the provision of FAR 52.212-1, Instructions to Offerors-Commercial
Items. The proposal must demonstrate an understanding of all
requirements covered in the RFP's terms and conditions. General
statements that the offer can or will comply with the requirements,
that standard procedures will be used, that well-known techniques will
be used, or paraphrases the RFP's Specifications in whole or in part
will not constitute compliance with these requirements concerning the
content of the technical proposal. Offerors will be evaluated in
accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific
evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) price,
(2) technical capability of the item offered to meet NRL needs, and (3)
past performance. Technical and past performance combined are of equal
importance compared to price. Offerors are advised to include with
their offer a completed copy of the following provisions: FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items (Web site:
http://heron.nrl.navy.mil/contracts/reps&certs.htm.htm) and DFARS
252.225-7000, Buy American Act-Balance of Payments Program Certificate.
The following FAR clauses apply to this acquisition: FAR 52.212-4,
Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract
Terms and Conditions Required to Implement Statutes of Executive
Orders-Commercial Items. The additional clauses that are applicable to
this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR
52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3,
FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes Applicable
to Defense Acquisitions of Commercial Items apply to this acquisition.
The additional clauses cited applicable to this acquisition are DFARS
252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS
252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result
of this solicitation will be a DO rated order certified for national
use under the Defense Priorities and Allocations System (DPAS)
(15CFR700). Any questions generated, as a result of this solicitation
must be received no later than 10 days before the closing date.
Original and two (2) copies of the Offeror's proposal must be delivered
to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory,
Code 3220.AT, 4555 Overlook Ave., S.W., Washington, D.C., 20375-5326 no
later than 4:00 p.m. E.S.T. on 16 June 2000. The package should be
marked RFP N00173-00-R-AT04, Closing Date: 16 June 2000. For more
information regarding this solicitation contact Evangelina R. Toledo,
Contract Specialist, (202) 767-2021. All responsible sources may submit
a proposal, which shall be considered by the agency. Synopsis number
AT04. Posted 05/04/00 (W-SN451653). (0125) Loren Data Corp. http://www.ld.com (SYN# 0297 20000508\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|