Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,2000 PSA#2595

Naval 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