Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS

66 -- FTS SPECTROMETER UPGRADE

Notice Date
July 10, 2001
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
ZIP Code
20899-3571
Solicitation Number
01-844-4127
Response Due
July 16, 2001
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, Email tamara.grinspon@nist.gov -- Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884, Email anita.tolliver@nist.gov
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #01-844-4127, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees.*****The National Institute of Standards and Technology (NIST) has a requirement for a quantity of one (1) FTS Spectrometer with Step Scan Option -- Bio-Rad Laboratories Brand Name (FTS-7000), or Equal, to upgrade the Bio-Rad Excalibur FTS-3500 system that is currently in existence at NIST. *****Quoters shall meet ALL the following specifications/requirements in order to be considered for award: 1. The Fourier transform spectrophotometer instrument shall have measurement capability over a wavelength range of 0.2 um to 1 mm.***2. The instrument shall come with appropriate sources (and power supplies), beamsplitters, and filters for use over the wavelength range of 1.0 um through 25 um. In addition, it shall have an appropriate detector and amplifier electronics to cover at least the same wavelength range.**(a) The sources shall include a tungsten-halogen lamp, and a SiC 'globar' source.**(b) The beamsplitters (BS) shall include a coated quartz BS for the near infrared and a coated KBr BS for the mid-IR.**(c) The detector shall be a temperature stabilized DTGS detector.**(d) Appropriate filters and holder shall be included for the near IR region.***3. The instrument shall be capable of at least 0.125 cm-1 resolution over the entire wavelength range. The system should be able to acquire symmetrical double-sided interferograms at 2 cm-1 resolution.***4. The instrument shall be able to run under purged conditions.***5. The moving mirror speed shall be adjustable, so that the resulting modulation frequency for 4000 cm-1 light should cover a range of at least 500 Hz to 25 kHz.***6. The system enclosure shall have at least one external port for the output collimated beam and another for an external source.***7. Each external port shall come with blank-off flanges.***8. There shall be appropriate switching mirrors and motion hardware for automatic selection between all (including external) sources and output beams. These shall be computer controllable and not require opening of the system enclosure.***9. To reduce the effects of the emission of the internal FT optics, the interior temperature of the instrument shall be as cool as possible. For this purpose the internal source holders shall be water cooled.***10. The moving mirror bearing shall be an air bearing or frictionless flexure type.***11. If the system uses a dynamic alignment system, there shall be an option to turn this feature off.***12. The system shall be operational in a step scan mode with amplitude modulation frequency range of at least 0.01 Hz to 500 Hz, and phase modulation frequencies up to 1,000 Hz.***13. The system shall allow for beamsplitter exchange with little or no realignment or shall provide an auto alignment scheme.***14. There shall be a means of rigidly tying the instrument to an optical table.***15. The instrument shall be fully compatible (optically, purge mode, electronically and software control) with a Biorad UMA 500 IR microscope with motorized x-y positioning stages. This means the external FT-IR output beam shall be capable of being easily interfaced to the microscope input optics, the FT-IR instrument control software shall also be able to control the motorized stages of the microscope and be able to perform spectral mapping of selected regions on a microscope sample and the FT-IR electronics shall be able to properly handle the electrical signals from the microscope detectors (one MCT and one InSb).***16. The instrument and control software shall be compatible with use of an array detector in the microscope to allow fast spectral imaging of samples of interest.***Computer and Data Taking System Specifications: 1. The spectrometer shall be controlled from a PC computer incorporating a processor of level Pentium III or higher. All required computer components, interface board(s) and cables to the spectrometer shall be provided by the vendor. The monitor provided shall be at least 19 inches in nominal size.***2. Appropriate instrument control and spectral manipulation software shall be provided. This software shall operate under either Windows NT, Windows 2000, or Macintosh OS-9 operating systems.***3. The data taking software shall be a menu driven windows environment with provisions for extensive arithmetic manipulation of raw interferograms and of transformed spectra. The system shall specifically allow the user to manipulate or save (into an accessible file) the raw interferogram before an FFT is performed. The software shall enable the user to manipulate the display format so as to conveniently call up stored scans, change scales and overlay multiple traces. The software shall provide easy means of changing and storing acquisition parameters.***4. There shall be a capability for external control of the data taking process to allow complex LabView or Visual Basic programming for multi-instrument coordination, through, for example, DDE (dynamic data exchange).***5. The A/D shall have at least 20 bits.***In addition to the above requirements, installation of and a 90-day warranty for the upgraded system shall be included, and the existing FTS-3500 system shall be accepted by quoters as a trade-in.*****Delivery shall be FOB Destination, Gaithersburg, MD, and is required 90 days or less from receipt of purchase order (ARO).*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide four (4) references to whom comparable systems -- preferably for similar applications -- have been sold over the past five (5) years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are more important than (C).*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; *****The provision at 52.211-6, Brand Name or Equal, applies to this acquisition.***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm All interested, responsible firms should submit quotes (Original Plus One Copy Of Quote and Enclosures), by 3:00 PM, Washington DC time, on JULY 16, 2001, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON (01-844-4127), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request. =20 =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NIST/AcAsD/01-844-4127/listing.html)
Record
Loren Data Corp. 20010712/66SOL018.HTM (D-191 SN50R3K9)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on July 10, 2001 by Loren Data Corp. -- info@ld.com