Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

66 -- Fourier Transform-Infrared Spectrometer

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSBR100017
 
Archive Date
7/30/2010
 
Point of Contact
BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number for this requirement is NTSB-R-10-0017. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This requirement is issued under full and open competition. The associated NAICS code is 334516 Analytical Laboratory Equipment Manufacturing. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. The Materials Laboratory is a division of the Office of Research and Engineering primarily dealing with the failure analysis of transportation system components. In some instances, the identification of organic materials through chemical analysis is required. In the past, this analysis was accomplished through the use of outside laboratories. This method was costly, time consuming and requires shipping or accompanying the sample evidence to a third party. A Fourier transform infrared spectrometer would allow the Materials Laboratory to identify organic substances in-house and would provide analysis information in a timelier manner. The instrument would also give investigators the flexibility to develop testing protocols and procedures that are specifically applicable to the needs of the investigation rather than trying to adapt to another laboratory's methods. The requested instrument is a new technology to the laboratory. Description of Requirement To accomplish these tasks, the NTSB has a requirement to procure: Contract Line Item Number (CLIN) 1: One (1) Fourier Transform-Infrared spectrometer. The spectrometer must meet all of the following requirements: (1) Signal to Noise (S/N) ratio. Instrument must provide a S/N ratio of at least 40,000:1 (peak to peak; 4 cm-1 transmission measurement, 1 minute scan). (2) Resolution. Instrument must provide wavelength resolution to at least 0.1 cm-1. (3) Instrument wavelength range must be at least 12,500 cm-1 to 240 cm-1, depending on the source, beamsplitter and detector selected, for flexibility with changing workload. (4) Source. The source must provide stable, high intensity energy output in the mid-IR range. The source must be air cooled. It must be user replaceable. (5) Interferometer. The instrument must use a frictionless interferometer design to provide precision and linearity, free from wear between contacting surfaces without the requirement of an external air supply. The interferometer must have dynamic alignment to ensure the stability of the interferometer by keeping the interference conditions continually optimized during measurement. (6) Detector. The standard detector must be a thermoelectric-cooled temperature stabilized DLATGS (Deuterated triglycine sulfate doped with L-alanine) detector to provide a more sensitive signal with less electronic noise. The detector must be user replaceable. For future flexibility, detectors in the far-IR and near-IR ranges must also be available from the same manufacturer. (7) Beamsplitter. The beamsplitter should be constructed of potassium bromide (KBr). To protect the beamsplitter from fogging over time due to high humidity conditions, the instrument must provide a sealed and desiccated environment within the optical compartment. To allow flexibility in the future, the instrument must have the capability of easy user-changeability of the beamsplitter with automatic alignment. Other types of beamsplitters must also be available from the same manufacturer. (8) Automatic Accessory recognition. The instrument must be able to recognize and automatically set instrument parameters for commercially available accessories (e.g. self identifying technology). (9) Self-Diagnostics. Automated on-line diagnostics that allow the user to troubleshoot potential problems must be provided. (10) Software. Software must be able to recognize and set instrument parameters automatically for the source or detectors that are installed. Software must be Windows XP compatible and be able to export spectra into an open file format (i.e. JPG or TIFF) as well as a Microsoft Excel readable format. Software must have data processing and manipulation capabilities such as spectrum addition, subtraction, baseline correction, smoothing, wavenumber/wavelength conversion and atmosphere correction. Software search capabilities must be compatible with commercially available libraries/search engines such as Sadtler. User library creation capability must be supplied. (11) Microscope. A microscope must be supplied from the same manufacturer which will easily interface with this instrument. The microscope must meet the following requirements: (a) Capable of transmission and reflectance modes; (b) Inlet for gas purge; (c) Liquid nitrogen-cooled MCT-A detector; (d) Minimum 15X infrared optics; (e) 4X optical objective; (f) Binocular tube with adjustable eyepieces; (g) Adjustable (translatable/rotatable) infrared apertures; (h) Equipped with a digital camera capable of still image or frame capture in a non-proprietary file format (i.e. jpg, tiff, bmp, etc.); (i) Be compatible with the microscope accessories indicated below. The following accessories must also be included: 1) Attenuated Total Reflectance (ATR) accessory and 2) Microscope ATR objective. The specifications for each accessory are listed below. The ATR bench accessory must have: (1) Material. The ATR accessory must have a diamond crystal. Due to the wide variety of substances that will be analyzed, the diamond crystal will provide durability, chemical inertness and scratch resistance. (2) Volatile material cover. The microscope ATR objective must conform to the following requirements: (1) Slide-on type objective for switching between ATR, reflectance, and transmittance modes (2) Silicon crystal. (12) Warranty. A warranty must be provided for the equipment. Proposals shall address the standard warranty provided for the equipment. The NTSB anticipates at least a one-year warranty. (13) Maintenance and Support. Maintenance and support must be provided for the equipment. Proposals shall describe maintenance and support, including the means and frequency by which maintenance and support is provided for the equipment and details addressing recalibrating the equipment. The NTSB anticipates maintenance and support under this contract for up to four 12-months option periods after the end of the initial one-year warranty purchase. Deliverables • The contractor shall deliver and install a FT-IR spectrometer with all accessories outlined above within 90 business days after award to: NTSB Materials Laboratory 490 L'Enfant Plaza, SW, Washington, DC 20594. • At delivery, the contractor shall demonstrate the operation and function of the instrument and accessories and show compliance with the SOW requirements above to the satisfaction of all members of the Materials Laboratory staff (approximately 9 staff members). • Provide a warranty of the equipment for a period of at least one year from the date of delivery. • Provide maintenance and support of the equipment after the one-year warranty period for four additional years (the contract period of performance is up to five years). Delivery Date The equipment is due no later than 90 business days after award. The contractor must notify the NTSB of their intent to deliver the equipment at least 5 business days in advance of delivery. Period of Performance The anticipated period of performance of the contract is for one 12-month base period to include the initial purchase and warranty and up to four 12-month option periods to include maintenance and support for a total period of performance of up to five years. Basis for Award In order for proposals to be evaluated, contractors must submit the specifications for the proposed instrument and accessories with their proposal. Award will be made to the lowest priced, technically acceptable proposal. In order to be technically acceptable, the offeror must provide documentation that demonstrates that the proposed instrument and accessories meets all of the requirements in this combined synopsis/solicitation. For evaluation purposes, prices will be evaluated by adding together the purchase price of the equipment, the warranty price, and all option year (maintenance and support) prices. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by NTSB. Place of Delivery National Transportation Safety Board Materials Laboratory 490 L'Enfant Plaza, SW Washington D.C. 20594 Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (6) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (11) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (12) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (13) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (14) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sept 2006) (38 U.S.C. 4212). (15) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (16)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). (17) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (18) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (19) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (20) 52.217-8 Option to Extend Services (Nov 1999) (21) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time EST), on July 15, 2010. LATE PROPOSALS MAY NOT BE CONSIDERED. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the offeror may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. It is the offeror's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Bryan J. Moy via email at bryan.moy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:30 p.m. EST on July 2, 2010. Bryan J. Moy Contracting Officer National Transportation Safety Board Phone: (202) 314-6282 Email: bryan.moy@ntsb.gov Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All offerors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSBR100017/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02174500-W 20100612/100610235426-4b2fc5dfb9e36782acddceb58ee70602 (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.