Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

66 -- Handheld X-Ray Fluorescence Aanalyzers, Brand Name or Equal

Notice Date
9/19/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Consumer Product Safety Commission, Division of Procurement Services, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, MD, 20814-4408, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CPSC-Q-07-0239
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. It is the responsibility of interested sources to monitor FedBizOpps for any amendments to the solicitation. An Indefinite Delivery Indefinite Quantity (IDIQ) contract will be awarded to acquire commercial off-the-shelf (COTS) hardware. The Government will award a contract for handheld X-Ray fluorescence analyzers, BRAND NAME OR EQUAL, Thermo Fisher Scientific NITON Analyzer model XL3t 700, 3 each, with an option to purchase additional units. Minimum Essential Characteristics: Units must be suitable for use as handheld analyzer for the measurement of lead, chromium, arsenic, neodymium and other elements in consumer products including metals, plastics, coated rare-earth magnets, and paint. Instrument shall be battery powered for field-use in locations such as ports, warehouses, and incident-scenes. The excitation source shall employ an x-ray tube and shall not employ a radioactive isotope source. X-Ray power shall, at a minimum, be sufficient to be able to excite the 37.1 KeV emission peak from Neodymium to allow for detection of neodymium below electroplated coatings of transition metals. Hand held unit weight shall not exceed 3 lbs. Unit shall include rechargeable batteries (a minimum of 2 sets of batteries per unit, each capable of a minimum of 4 hours of operation, as well as at least one charger for batteries). Each unit shall also include an AC adapter. The analyzer's display shall include a touch screen display which allows data-input and reading of results at the point of use. A portable testing stand with an enclosure with effective x-ray shielding shall be provided for each unit, which collapses easily without tools to allow hand-carrying into the field. This stand shall allow tool-free setup, attachment and removal of the analyzer. A backscatter shield for the analyzer shall be provided for each unit to reduce exposure to backscattered x-rays when using in handheld operation. Each analyzer shall include preprogrammed modes of operation for the determination of lead and other RoHS elements in metals and in plastics and a mode for user-definable calibrations and analyses. Calibration standards shall include a minimum of 1 alloy standard and 1 plastic standard reference material for calibration check. Each unit shall include user-friendly, graphical interfaced software compatible with Microsoft Windows. Each must include modes for quantitative determination of concentrations in percent and parts per million of target elements in plastic and in metals. For data handling, each unit must include a means for assigning sample numbers to test data and storing, transferring and retrieving reports and sample numbers securely, including transfer of data to Windows PC. Units shall record and save data for each measurement in a secure manner. A carrying case and belt-holster must be provided for each unit. A user's manual must be provided. This solicitation will result in a fixed price (per unit) IDIQ contract. Guaranteed minimum is 3 each for the base period. Possible option quantities not to exceed 20 each depending on agency need. A single award will be made. The Government reserves the right to negotiate increased and to negotiate technically upgraded models of analyzers purchased by mutual agreement between the Government and the contractor should the need for additional units arise or technical enhancements be developed by the manufacturer that are required by the Government. Units must be delivered no later than four weeks after receipt of an order by the vendor. Only written quotes will be accepted. In response to this notice, quoters must submit pricing: Analyzer: CLIN 0001 9/24/07 - 9/23/08, CLIN 0001a price per unit, CLIN 0001b onsite training, CLIN 0002 9/24/08 - 9/23/09, CLIN 0002a price per unit, CLIN 0002b onsite training, CLIN 0003 9/24/09 - 9/23/10, CLIN 0003a price per unit, CLIN 0003b onsite training, CLIN 0004 9/24/10 - 9/23/11, CLIN 0004a price per unit, CLIN 0004b onsite training, CLIN 0005 9/24/11 - 9/23/12, CLIN 0005a price per unit, CLIN 0005b onsite training. Proposed price per unit must include the handheld x-ray fluorescence analyzer unit and all components identified above, with all software fully loaded and ready to use and with all necessary software and cables for connectivity to multiple personal computers for data transfer, and all shipping and hazmat costs, all shipping and handling costs for all components. The price for on-site user training is for training to be held at the following location: 10901 Darnestown Road, Gaithersburg, MD 20878. Length of delivery time after receipt of order by the vendor must be specified (and must not exceed 4 weeks). Quotes shall include warranty information. Quotes must be FOB Destination. Quotes must be valid for a minimum of 30 calendar days after the date and time for submission of quotes specified below. Quoters must also submit the manufacturer name and model number of units proposed. Any vendor quoting an alternative product must provide complete supporting documentation the that product is equal to the brand name identified and that it meets all minimum essential characteristics cited above, in particular adequate KeV to excite 37.1 KeV emission peak from Neodymium. This requirement is mandatory because rare-earth magnets must be detected, which are typically made from neodymium with an electroplated coating of durable, attractive metals, such as copper, nickel, zinc, chromium, etc. While it is possible to excite a lower energy emission line for neodymium with a lower power tube, the fact that these magnets are typically coated with metals such as copper, nickel, chromium, zinc, and others for durability and appearance may shield such emissions from being detected. Failure to provide supporting technical documentation will make the quoter ineligible for award. Quoters must identify the location of equipment manufacture. Quoters must submit a completed copy of 52.212-3 - Offeror Representations and Certifications - Commercial Items, or provide their DUNS number for online accessible Representations and Certifications in ORCA. All quoters must be Central Contractor Registration (CCR) registered and must provide their DUNS number, name and address (which must match CCR registration), and Tax Identification number. Quoters must submit past performance information for a minimum of three other Federal, state or local agencies or commercial entities for which they have provided the same or similar units and support, including the name and phone number of a point of contact for reference. The following clauses are incorporated by reference: 52.211-6 Brand Name or Equal; 52.212-3 Instructions to Offerors - Commercial Items; 52.212-2 - Evaluation - Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract terms and Conditions required to Implement Statues or Executive Orders - Commercial Items and the following clauses apply: 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1, 52.225-5, 52.225-13, 52.232-29, 52.232-33, 52.239-1; 52.217-5 - Evaluation of Options; 52.217-6 Option for Increased Quantity [fill in: the term of the contract]; FAR 52.217-9 Option to Extend the term of the Contract [fill ins: the term of the contract; 30 days prior to contract expiration; five years]; 52.247-34 - FOB: Destination. In accordance with the provisions of 52.212-2, Evaluation - Commercial Items, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. the following factors will be used to evaluate offers (in relative order of importance) (i) technical capability of the item offered to meet the Government requirement, (ii) delivery schedule, (iii) warranty, (iv) past performance, and (v) price. All other evaluation factors, when combined, are more important than price. Options: For evaluation purposes only, the Government will evaluate offers for award purposes based on the initial purchase price of three units, plus purchase of three additional units during each option period. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Technical questions regarding this solicitation must be submitted via email to Kmiles @cpsc.gov on or before 4:00 PM, Sep 16. Questions will not be answered over the phone and questions submitted after this date will not be considered. Date and time for submission of quotes: Quotes must be received no later than 4:00 PM Sep 20, 2007. Quotes, technical literature, warranty documents and any other documents to be submitted in response to this solicitation may be emailed to Kmiles@cpsc.gov, by fax to the attention of Kmiles at fax number 301-504-0628 or by mail to Mrs. Kimberly Miles, U.S. Consumer Product Safety Commission, Div of Procurement Services, Rm 517, 4330 East-West Hwy, Bethesda, MD 20814. Please reference the solicitation number on all documents. Quoters are responsible for confirming receipt of submitted documents. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN01415635-W 20070924/070922232158 (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.