Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

66 -- STA 449 F3 Simultaneous TGA-DSC Instrument

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
99 New York Avenue, NE, Washington, DC 20226
 
ZIP Code
20226
 
Solicitation Number
11ALAB01104
 
Response Due
9/20/2011
 
Archive Date
3/18/2012
 
Point of Contact
Name: Simone Rittenhouse, Title: Contract Specialist, Phone: 2026489131, Fax: 2026489659
 
E-Mail Address
simone.rittenhouse@atf.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 11ALAB01104 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ammendale, MD 20705 The Bureau of Alcohol, Tobacco & Firearms requires the following items, Exact Match Only, to the following: LI 001, Item# STA 449 F3 JupiterSimultaneous Thermal Analyzer (TG-DSC/DTA Apparatus)Temperature range: -150... 1000?Cconsisting of: Item# STA400F3A01.000-00 Basic system including a top-loading micro balance (digital resolution 1 ?g, maximum sample load/measurement range 35 g including sample crucible), electric motor driven furnace hoist (basic system) and built-in furnace control and power supply. The system has three magnetic valves and gas frits for purge gas inlet to the sample as standard equipment. It is suitable for measurements under normal atmosphere, in dynamic and static inert gas atmosphere and can be evacuated down to 10E-2 mbar. Proteus measurement and analysis software for STA 449 F3 for data acquisition, storage and evaluation under MS WINDOWS,Features:Multitasking with simultaneous operation of several thermoanalytical TA systems and simultaneous evaluationsGraphical interface, integrated detailed HELP systemDetailed information: see technical data sheet STA WINDOWS software OPN: STA400F3A01, 1, EA; LI 002, Item# HTP40000A82.000-00 Steel furnace with accessories, working temperature range -150... 1000?C Low-temperature furnace with bifilar shielded heating wire, bifilar wound cooling shell for liquid and gaseous cooling agents,integrated metallic protective tube for gas flow with valve, control thermocouple type K, voltage supply 75 V max.OPN: HTP40000A82, 1, EA; LI 003, Item# 6.226.1-90.6.00 Refrigerated bath circulator, cooling capacity 260 W (at 20?C), heating capacity 2000 W, multifunction display, connection parts, power supply115 V / 60 Hz OPN: 6.226.1-90.6, 1, EA; LI 004, Item# 1.400.69-50.0.00A Computer system, English version, consisting of desktop PC, Processor Core 2 Duo 3.16 GHz, RAM 4 GB, hard disk 320 GB, DVD + RW drive, widescreen LCD monitor 22'' Ultra VGA, Windows 7 Professional / 32 bitinterfaces: serial, USB, Ethernet OPN, 1, EA; LI 005, Item# SW-CP-68X.1B software extension cp-determination, for data acquisition, storage and evaluationFeatures:- calculation and graphic presentation of cp, temperature-dependent, optionally together with further measuring curves, cp curve comparison - tabulated printout or ASCII file export of the calculated values, optionally together with the DSC raw data- possibility of automatic determination of the sensor head sensitivitythrough evaluation of calibration measurements- determination of single values of the cp curve or DSC curves- input routine for free definition of the cp standard value tablesOPN: SW/CP/68X.1B, 1, EA; LI 006, Item# 6.223.5-91.3.00 Calibration sample kit with 8 substances 400 mg each for DSC/DTA calibration of enthalpy and temperature Temperature range ambient... 1500?C, in wooden case with foam lining and certificate of compliance, for use in Al2O3 crucibles OPN: 6.223.5-91.3, 1, EA; LI 007, item# 6.235.1-91.1.00 Set of standard samples for calibration measurements (Cp)with purity certificateone sapphire disc each, ? 6 mm, thickness 0.25, 0.5, 0.75,1.0 mm, one Al2O3 disc each, ? 6 mm, thickness 0.5 and1.0 mm (for metallic sample crucibles)The usage of this set requires Cp software extension!OPN: 6.235.1-91.1, 1, EA; LI 008, Item# 6.351.29-00.0.00 On-off valve kit for compressed air cooling, input pressure max. 2 bar absolute (1 bar overpressure) (24V DC), for STA 449 F1/F3, DSC 404 F1/F3and TMA 402 F1/F3, 1, EA; LI 009, Item# ASC449F1A00.000-00 Sample changer supplement for STA 449 F1/F3 for the automatic measurement of 20 samples, with removable sample magazine, complete with control electronicsProteus software extension for automatic sample changer for sample definition, control of the automatic sample changer, macro recorder for automatic evaluation, integrated detailed help feature Detailed information: See Technical Data SheetOPN: ASC449F1A00, 1, EA; LI 010, Item# HTP40000A63.000-00 TG-DSC sample carrier system for ASC operation, complete with radiation shield,thermocouples type P, temperature range -150... +1000?C,2 sample crucibles GB399205 (PtRh) with lids GB399860, 2 sample crucibles GB399972 (Al2O3) with lids GB399973OPN: HTP40000A63, 1, EA; LI 011, Item# HTP40000A10.000-00 MFC gas control block for installation inside the instrument replacing the magnetic valves and gas frits, with 3 inputs and 2 outputs, for noncorrosive and non-explosive gases/gas mixtures, calibrated for N2, default conversion factors for O2, He, Ar, CO2 and synthetic air, other gases/gas mixtures on request, flow rate 5 ml/min up to 250 ml/min with a resolution of 1 ml/min with N2, for softwareprogrammedcontrol and registration of the gas flowsOPN: HTP40000A10, 1, EA; LI 012, Item# GB399205 Sample crucible from Pt/Rh, outer bottom ? 6.8 mm, 85 ?l OPN: 399.205, 10, EA; LI 013, item# GB399860 Lid from Pt/Rh (for pan 399.205 and 801.556)OPN: 399.86, 10, EA; LI 014, Item# BA-STA449F3-EN Operating instructions STA 449 F3 English, 1, EA; LI 015, Item# Voltage/Frequency: 115V(?10%)/60Hz The standard electrical design of the instrument is for a line voltage of 115 V, single phase, 60 Hz., 1, EA; LI 016, Item# AI-STA449FS Installation and commissioning of the STA 449 F1/F3 with a standard furnace including a basic instruction by a NETZSCH service engineer, 1, EA; LI 017, Item# HTP40000A63.010-00 TG-DSC sample carrier system for ASC operation, without radiation shield, thermocouples type P,temperature range -150... +1000?C,, 1, EA; LI 018, If any warranties, 1, dl; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Alcohol, Tobacco & Firearms intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Alcohol, Tobacco & Firearms is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/11ALAB01104/listing.html)
 
Place of Performance
Address: Ammendale, MD 20705
Zip Code: 20705
 
Record
SN02581104-W 20110918/110917001001-490b42be0a8e0792d62dd27626d57a45 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.