Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

H -- Q800 DYNAMIC ANALYZER - Q2000 DIFFERENTIAL SCANING CALORIMETER AND RELATEDACCESSORIES

Notice Date
5/7/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG08244641L
 
Response Due
5/22/2008
 
Point of Contact
Nadja Hardy, Contract Specialist for Simplified Acquisitions, Phone 301-286-3462, Fax 301-286-9159, - Cynthia L. White, Contracting Officer, Phone 301-286-3596, Fax 301-286-1720
 
E-Mail Address
nadja.hardy@nasa.gov, Cynthia.L.White@nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC intends to procure the following Commercial items from TA Instruments -Waters LLC:1) Qty.1 - Q2000 Modulated Differential Scanning Calorimeter with Autosampler and MassFlow Control. These are the specs: the most important specifications for the procurementof the DSC are the autosampling feature, the temperature range, temperature accuracy &precision, calorimetric accuracy & precision, use of the existingpans/controller/accessories, and compatibility with the existing thermal data.The newDSC must have the capability for autosampling.The operating temperature range for thenew DSC is an important specification; the DSC is required to have an operating range of-180C to 725C. The accuracy and precision of the temperature for the new instrument isa critical specification, and as such the DSC needs the highest accuracy & precisionavailable: accuracy of +/-0.1C & precision of +/-0.01C. Equally important is thecalorimetric accuracy and precision, and the requirements for the DSC are for an accuracyand precision of +/-0.05%. Finally, the current DSC is a TA Instruments DSC2910 and willcontinue to be used after the purchase of the new DSC.It is vital that the existing DSCand its data be compatible with the new system. This compatibility will ensure that datafrom the new instrument is comparable to the historical data, and it will also allow thelab to continue to use existing DSC pans. 2) Qty. 1 - Tzero Press and Die Sets Kit: The kit consists of the Tzero Press, four (4)die sets, and one box each of Tzero Pans and Tzero Lids.(100/box). 3) Qty. 1 - Liquid Nitrogen Cooling System (LNCS) 4) Qty. 1 - Pressure Regulator for pressure regulation of gases used with Q Seriesthermal modules (4,000 psi input; 40 psi output CGA)5) Qty. 1 - RCS Gas Dryer: molecular sieve cartridge dryer for removal of trace moisture in purge gases. 6) Qty. 1 - Q800 Dynamic Mechanical Analyser. These are the specs:The most important specifications for the DMA are the drive shaft system, thedisplacement measurement, amplitude range & resolution, the ability to test creep &stress relaxation, use of the existing clamps/controller/accessories, and compatibilitywith the existing thermal data. The drive shaft system is the critical part of the DMA;an air bearing system is required, as it will have very low friction, enabling accuratemeasurement of low modulus material with minimal error. In terms of the displacementmeasurement, an optical encoder is required rather than a LVDT, as it will be accurateover a large range (0-25mm) and will enable the measurement of large deformationmaterials. The DMA needs to handle large deformation with consistent high resolution; anamplitude resolution of 1nm is best. The DMA must be able to perform creep and stressrelaxation measurements. Finally, the current DMA is a TA Instruments DMA2980 and willcontinue to be used after the purchase of the new DMA.Compatibility with the existingDMA and its data format is very important, as the new DMA should be able to use theexisting sample holders and other accessories. Options to include: Q800 Low Friction 20mm Three Point Bend Kit and Q800 Film & Fiber Tension Kit: Kit includes one set of smoothclamp fixtures for testing films and fibers in a tensile mode on the DMA 2980. Lengthrange of 5 to 30 mm, width to 6.5 mm,thickness to 2 mm.7) Qty. 1 - Gas Cooling Accessory GCA with auto-Fill capability for the Q800 and 2980DMA, and AR-Series Rheometer EHP temperature system8) Qty. 1 - Q800 Low Friction 50 mm Three Point Bend Kit. Instrument controller andinstallation. 9) Qty. 1 - Thermal Analysis / Rheology Computer: Lenovo Thinkcentre M55. Desktop Computer for operation as a thermal analysis, rheologyor microcalorimetry controller: Includes Windows XP Professionaloperating system. Specifications include a D945, 3.4 GHz DualCore processor, 1 GB RAM, 80 GB SATA Hard Drive, CD-RW /DVD-ROM Combo and Gigabit Ethernet communications.10) Qty. 1 - Color Monitor Flat Panel 19"11) Qty. 1 - Kit Ethernet Switch; for communication between a Q Series module and anexternal controller12) Qty. 1 - Thermal Installation & Training: Installation to be provided according toISO 9000. The installation (except DMA) will include calibration with a traceablestandard and a certificate of calibration. Basic Training to be provided on the equipmentafter it is installed in our laboratory.13)Shipping Fee The authority is FAR 13.106(b)(1) only one source reasonably available.The Government intends to acquire a commercial item using FAR Part 12.DO Rating is DO-C9. This synopsis shall not be construed as a commitment by theGovernment, nor will the Government pay for the information solicited.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:00 PM EST on May16, 2007. Such capabilities/qualifications will be evaluated solely for the purpose ofdetermining whether or not to conduct this procurement on a competitive basis. Adetermination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon reponses to this notice, is solely within the discretion ofthe Government.Oral communications ARE NOT acceptable in response to this notice.All contractural and technical questions must be submitted in writing via e-mail to NadjaHardy (nadja.hardy@nasa.gov) no later than May 22, 2008.All responsible sources may submit an offer which shall be considered by the agency.NASA, in general, sponsors programs to give widest possible competitive access toindustry. However, due the statutory authority found in 10 U.S.C. 2304 (c) (1), OnlyResponsible Source, ELS Lasers - Sales is the only possible option for the performance ofmaintenance contracts for these simulator systems.NASA/GSFC intends to procure above items from TA Instruments - Waters LLC. According toa contract agreement, TA instruments is the only vendor that can provide the abovedescribed Q800 Dynamic Analyzer and Q2000 Differential Scanning Calorimeter with ourspecs and related accessories. The authority is 10 U.S.C. 2304 (c) (1), only oneResponsible Source.This procurement will be processed using the procedure in FAR Part 13 using SimplifiedAcquisition Procedures, and the Procedures set forth in FAR Sub Part 13.5 "Test Programfor Certain Commercial Items".This procurement will be a Full and Open Competition and is being conducted under theauthority of FAR Subpart 13.5, Test Program for Certain Commercial Items. The followingprocedures apply to this procurement. The evaluation factors listed in this solicitationdo not necessarily indicate their order of importance and subfactors, if any, may not beindicated. A competitive range determination may not be made. Award without discussionsmay be made. Negotiations may be held with one or more offerors but not necessarily withall offerors in the competitive range if one is established. Comparative evaluations ofoffers may be made. Offers will be evaluated inclusive of transportation charges from theshipping point of the supplier to the delivery destination. Award will be based upon anassessment of price and other factors. The award document may be a purchase order or acontract at the discretion of the Contracting Officer. Notifications to unsuccessfulofferors shall be given only if requested. The NAICS Code and Size Standard are 334516 and 500 employees, respectively.An ombudsman has been appointed. See NASA Specific Note "B".
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=381ba3b249f461a678154d5f048b965d&tab=core&_cview=1)
 
Record
SN01568587-W 20080509/080507220425-381ba3b249f461a678154d5f048b965d (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.