Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

66 -- Spectrometer

Notice Date
9/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, FMOD, Bldg. 003, Rm. 320, BARC-West 10300 Baltimore Avenue, Beltsville, MD, 20705-2350
 
ZIP Code
20705-2350
 
Solicitation Number
32-3K47-02
 
Point of Contact
Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333, - Theresa Mitchell, Purchasing Agent, Phone 301-504-8484, Fax 301-504-0333,
 
E-Mail Address
mitchelt@ars.usda.gov, mitchelt@ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 32-3K47-02, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08. The Government intends to negotiate sole source with Digilab, 68 Mazzeo Dr, Randolph, MA 02368 pursuant to FAR Subpart 6.3. All responsible sources may submit a quotation which will be considered by the agency. Your responses/quotes shall include literature, brochures and other such information in order to determine the ability to meet the stated capabilities. The Government will award a firm-fixed-price 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. This RFQ is for a Fourier Transform Mid-Infrared Spectrometer. ALL QUESTIONS MUST BE IN WRITING faxed to 301/504-0333, no phone calls please. The USDA minimum requirements are: Fourier Transform spectrophotomer with visible, UV, Near-IR and Mid-Ir capabilities in a single platform, capable of scanning from the mid-infrared (400 to 4000 wavenumbers) to the Ultraviolet (40,000 wavenumbers) by changing beam splitters, sources and or detectors. All necessary beamsplitters, sources, detectors, etc. to be included. Dynamically aligned interferometer system which consists of automatically aligned beamsplitter and detector systems. High resolution mid-infrared capable (at least 1/10 wavenumber resolution) for gas analysis. Rapid scan capability of at least 80 spectra per second at 8 wavenumber resolution. High intensity water cooled ceramic source (needed for maximum through put when using diffuse reflectance mode, which is what we do the most) . Computer system and software for operation of spectrometer. Minimum Parameters: Sources equivalent to: Ceramic IR 50 cm-1 to 9,600 cm-1 Tungsten Halogen 2,800 cm-1 to 25,000 cm-1 Xenon 10,000 cm-1 to 40,000 cm-1 Beamsplitters equivalent to: Potasium Bromide 400 cm-1 to 6,000 cm-1 Near-IR Quartz 2,800 cm-1 to 20,000 cm-1 UV Quartz 10,000 cm-1 to 50,000 cm-1 Detectors equivalent to: Peltier-cooled DTGS 150 cm-1 to 10,000 cm-1 Linearized liquid nitrogen-cooled 700 cm-1 to 10,000 cm-1 High sensitivity MCT Liquid nitrogen-cooled 1,800 cm-1 to 10,000 cm-1 Indium Antimonide Photomultiplier Tube 11,500 cm-1 to 54,000 cm-1 Interferometer equivalent to: 60o Michelson Air bearing Resolution 0.10 cm-1 (0.075 cm-1 unapodized) at 4,000 cm-1 Step scan speed 0.004 Hz to 800 Hz Dynamic alignment design which isolates the spectrophotometer from external vibrations and temperature changes, allows rapid changeover to different spectral ranges, and provides step scan operation. Scan Rate 90 spectra/second at 8 cm-1 data point resolution Signal to noise ratio 30,000:1 p-p with 25% beam throughput Air purged detector and sample compartments System must be compatible with existing sample handling accessories: Liquid Sampling Cell Custom made sample transport device Pike Technologies Autopro autosampler 22m permanently aligned gas cell Instrument Control and Data System: Pentium 4 PC 1.7 GHz Instrument Control and Data System (cont.): 512 Mb RAM 40 Gb Hard Drive 16x Max CD-RW GX 400 CD-ROM 16 Mb 4x AGPcard GX 400 Video Card 3.5" Floppy Drive 17" Monitor Must be Windows based and compatible with existing Win-IR and Autopro Control software. Faxed quotations are acceptable to T.C. Mitchell at 301/504-0333 on or before September 17, 2002 by 4 p.m. (EST) or quotes may also be mailed or hand delivered to the Contracting Address by 09-17-2002. Any and all questions must be in writing and faxed to 301/504-0333 no later than September 9, 2002 by 4 p.m. (EST), no phone calls please. Delivery address will be USDA , ARS, ANRI, Bldg 306, Rm 101A, Center Road, off Powdermill Road East, Beltsville, Maryland 20705. Time frame for delivery should be within 60-90 days after award and minimum 24 hour advance notice of delivery is required. Anticipated award date is September 24, 2002. The NAICS code is 334516, with a size standard of 500 employees. The following FAR clauses and provisions apply and are available on http://www-far.npr.gov or http://arnet.gov/far : FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers: in order of importance 1. Technical capability of the item offered, 2. Price. FAR 52-212-3, Offeror Representations and Certifications-Commercial Items. All offers must include a completed copy of FAR 52.212-3 with their response. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52-222-37, 52.225-1, 52.225-13 and 52.232.34, 52.222.70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that if it is subject to the reporting requirement of 38 U.S.C. 4212 (d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks Ahas not@ may not be awarded a contract until the required report is filed. Section 508 Accessibility compliance Clause: All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http:www.access-board.gov/sec508/508standards.htm-PART 1194). The following operating systems; 1194.25 Self contained, closed products; 1194.26 Desktop and portable computers. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) EFT compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-34 and 52.232-35 requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP) for payment under EFT. NFC can be reached on 1-800-421-0323 or at www.nfc.usda.gov All questions must be in writing faxed to 301/504-0333 by COB 9-9-02.
 
Place of Performance
Address: USDA, ARS, ANRI, BLDG 306, RM. 101A CENTER ROAD, BELTSVILLE, MARYLAND
Zip Code: 20705
Country: USA
 
Record
SN00156312-W 20020905/020903213100 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.