Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

66 -- FOURIER TRANSFORMER INFRARED SPECTROMETER AND ACCESSORIES

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
M00146-07-T-L073
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Description
The Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC has a requirement for a Fourier Transform Infrared Spectrometer (FT IR) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number M00146-07-T-L073 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Acquisition Circular 98-90. This acquisition is under the North American Industry Classification System code 334519, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following: 0001: 1 each, Nicolet 6700 FT-IR Spectrometer and SensIR Durascope Analysis Tool. The compressor scanning machine shall be used for measurement of rotor runout, roundness, eccentricity, flatness and parallelism. The Spectrometer System is manufactured by Thermo Electron North America LLC, cage code 3WXJ7. 0002: 1 each, 3 Bounce Diamond ATR Microscope 0003: 1 each, Computer System 0004: 1 eachLibrary System 0005: 1 each Specular Reflectance 0006: 1 each Installation Training Essential Characteristics for Items 0001 thru 0006: 1. Design The Fourier Transform Infrared Spectrometer (FT-IR) System shall be new and complete, constructed of materials from current technology, and ready for immediate operation after installation is completed. It shall consist of an FT-IR spectrometer, a microscope with a video-magnified image, libraries of known polymer materials, instrument operating software, an instrument controller and display screen, and a printer. 2. Fourier Transform Infrared Spectrometer System Performance Characteristics POWER SUPPLY: The FT-IR Spectrometer shall be configured to operate on a 120V, 50/60 Hz, single-phase power system. The power supply shall be protected against excess load current and overheating. SPECTRAL RANGE: The spectral range of the spectrometer shall be 7400-350 cm-1. The spectral accuracy and precision shall be a minimum of 0.01 cm-1 throughout the spectral range, which shall be controlled by an internal helium neon reference laser. RESOLUTION: The FT-IR Spectrometer shall have a resolution better than 0.125cm-1 measured throughout the spectral range. SOURCE: The infrared source shall not require any external utilities such as water-cooling. The source shall have a mean time before failure of greater than five years and shall be warranted against failure for five years. The source must be pinned in place and be completely user replaceable. REFERENCE LASER: The FT-IR shall have a HeNe reference laser that is pinned-in-place, prealigned and completely user replaceable without the use of an oscilloscope. The laser must be off axis with the infrared beam to insure maximum throughput and must be visible in the main sample compartment to aid in the alignment of samples and accessories. DETECTOR: The FT-IR detector shall be a deuterated triglycine sulfite (DTGS) with either a potassium bromide or a cesium iodide window. SIGNAL TO NOISE RATIO: The signal-to-noise ratio shall be better than 45,000:1 peak-to-peak. SCANNING SPEEDS: The interferometer mirror control must be capable of providing physical mirror scanning velocities from 0.15cm/sec to 5cm/sec. MICROSCOPIC ACCESSORY: The microscope accessory shall cover a range to 650cm-1 and include a video-magnified image, sample press with an electronic gauge, and a three bounce diamond ATR module. The pressure device shall allow light to the back of the sample allowing sufficient illumination for image capture. It shall also come equipped with dual illumination for opaque samples. This accessory shall be capable of analyzing samples as small as 1.5 millimeters. SPECULAR REFLECTANCE ACCESSORY: This system shall include a variable angle horizontal specular reflectance accessory with a mask set to include aperture sizes ranging from 1/8? to 2? to allow analyses of small samples and isolated areas of interest on large samples. The variable angle shall be controllable from 30 to 85 degrees and come with a polarizer for analyzing thin films by grazing angles. This accessory shall also be sealed and purgeable to eliminate water vapor and carbon dioxide interferences. OPERATION MODE: The spectrometer shall be fully automated to include automatic interferometer alignment necessary for periodic system optimization and must be under complete computer control. PHYSICAL CHARACTERISTICS: The space allocated for the FT-IR System shall be limited to 48 inches long and 24 inches in depth. This dimension shall include computer/controller and microscopic accessory. COMPUTER/CONTROLLER SYSTEM: The FT-IR Spectrometer System shall come equipped with a high performance computer, keyboard, mouse, and workstation, which shall satisfy the following minimum requirements. PC: 3.6 GHz, P4, 800 MHz FSB Memory: 1 GB Hard Drive: 160GB Operating System: WinOE/Windows XP Pro Video Controller: 64 MB, ABP Keyboard: PS/2 or USB Standard Keyboard Mouse: PS/2 or USB mouse NIC: 10/100/1000 Port: 1 serial, 1 parallel, 8 USB DVD Writer: 16X speed Monitor: 17-inch, LCD, DVI, minimum Printer: Color, Laser 3 Additional Requirements The FT-IR Spectrometer System shall include library creation wizard, library manger and the following standard search libraries: Inorganic Library Rubber Compounding Materials Library Industrial Coatings Library Synthetic Fibers by Microscope Coatings Technology Hummel Polymer and Additives Aldrich FT-IR Collection Aldrich Solvents Surfactants Polymer Additives and Plasticizers Lubricants and Oils The system must provide validation standards to include; 1.5 mil and 3.0 mil thick NIST traceable polystyrene films, validation software that automatically runs the standards validation tests. Reporting must include Pass/Fail status for all validation tests, and include history reporting for all tests. 4. Installation and Training The Vendor?s qualified representative(s) shall install the FT-IR Spectrometer System in BLDG 4032, MCAS Cherry Point, NC, The Vendor?s qualified representative(s) shall provide on-site start-up and operator training for three (3) government personnel. 5. Warranty One year commercial warranty covering the entire system to include any preventive maintenance recommended by the Vendor on site. The source, HeNe laser, power supply, and detectors must all be completely user replaceable without the necessity of service visit. No optical alignment or alignment tools should be required to replace these components. 6. Documentation One (1) set of paper documentation covering electrical schematics, wiring diagrams, printed operator instructions, and two (2) operator maintenance instructions/manuals shall be supplied with the FT-IR Spectrometer shall be included. Quotes must contain unit price, extended price, delivery date, terms of payment, company name, address, name of induvidual quoting, phone and fax numbers. If quoting on a different brand you must provide literature to show specifications of the brand you are quoting. The delivery requirements are FOB destination and are to be delivered to Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within eight (8) weeks of award or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Nov 2006), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). DFARS 252.211-7003 Item Identification and Valuation (JUN 2005). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007), to include the following clauses listed at paragraph 52.212-5 (b): (15) (16) (17) (18) (19) (20) (21) (27) and (32). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), applies with the following clauses applicable for paragraph (b); (12) (i) and (12) (ii) (17) (20)(i). Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 25 July 2007. Point of Contact: Linda Small, Contract Specialist, Phone 252-466-3417, Fax 252-466-8492, Email linda.s.small @usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: LINDA SMALL code SUL2E Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Record
SN01339783-W 20070713/070711224742 (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  © 1994-2020, Loren Data Corp.