Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1998 PSA#2028

National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 53SBNB867033 DUE 022098 POC Contract Specialist, Keith Kennedy, (301) 975-6325; e-mail, keith.kennedy@nist.gov WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Federal Acquisition Circular 97-03 applies to this acquisition. The National Institute of Standards and Technology (NIST) intends to acquire from Scintag, Inc.,Cupertino, CA, the following items to upgrade an existing Scintag diffractometer: ITEM 01 -- DMSNT data collection and analysis base license with security hardware device for one PC system, one each. This license shall provide the required software packages and parallel port security device to allow execution of DMSNT data collection and data analysis features at one PC computer directly connected to the Scintag diffractometer. Features of the DMS for Windows NT include: management of all application packages; menu driven structure for quick and easy access to all application software packages via mouse or keypad; on-line electronic manual and help screens; asingle terminal which simultaneously processes a variety of batch jobs while analyzing and running another application package; full batch processing of multiple jobs, supporting printer and plotter operations, allows batch holds, new start at different locations and job aborts; step scan techniques with real time display, allowing user defined preset time and preset count values for variable data collection speeds; continuous scan data collection including real time display, variable speed and super high speed data collection; rocking curve data collection to study preferred orientation in samples; background correction, K-alpha-2 stripping, Lorentz polarization correction and Fast Fourier transform; data file export in ASCII format, ready to read into Excel spread sheet; normal graphics display with manual labeling/title, multiple curve overlaps, true zoom and pan, pattern repositioning; screen peakfile editor, auto scaling and file update; advanced profile fitting graphics routine, including all common profile shapes, least squares refinement allowing manipulation of parameter; crystallite size determination by use of Scherrer; complete high speed Search/Match program to search ICDD database; periodic table for elemental restrictions during Search/Match; screen search and match for result comparison; ICDD reference and display. ITEM 02 -- Microprocessor EPROM factory upgrade, one job. ITEM 03 -- Crystallographic analysis software package license for DMSNT software, one each. The package license includes the following software components: peak list generation based on user input of unit cell information such as crystal system, lattice parameters and extinctions; lattice parameter refinement from a peak list and user assigned Miller indices and crystal system. Calculation of estimated deviations in lattice parameters and differences between calculated and experimental peak positions, trial and error automatic indexing, offering lattice parameter generation from a peak list without knowledge of crystal system, least square refinement of lattice parameters and assignment of Miller indices based on user input of estimated lattice parameters, powder pattern simulation via the use of single crystal structure information. ITEM 04 -- Quantitative analysis software package license for DSMNT software, one each. Methods include the following: internal and external standard, reference intensity ratios, full pattern quantitative analysis, respirable silica. ITEM 05 -- additional DMSNT data analysis license and security hardware device for one use at one PC or workstation, one each. This license provides the required parallel port security device to allow execution of DMSNT data analysis features at either local or remote computers. The security device shall not allow operation of the diffractometer and shall not allow data collection. The DMS for Windows NT includes the following features: a single terminal which simultaneously processes a variety of batch jobs while analyzing and running another application package, full batch processing of multiple jobs, supporting printer and plotter operations, allows batch holds, new start at different locations and job aborts, step scan techniques with real time display, showing user defined preset time and preset count values for variable data collection speeds, continuous scan data collection including real time display, variable speed and super high speed data collection, complete high/low temperature software packages. ITEM 06 -- Media and preparation of GSAS software and documentation, one each. ITEM 07 -- PC computer system and color printer configured per the following specifications: PC computer with mouse and keyboard, Intel Pentium processor at 200 MHZ, one parallel port, two serial ports, one mouse PS/2 port, 17"inch vivitron monitor (15.9" viewable), 512k Cache memory, 32 MB RAM memory, 3.5"-1.44 MB floppy diskette drive, 2.0 GB hard disk drive (11ms), internal 8x speed CD ROM drive, multi color ink jet printer for plotting and printing, including the parallel cable, Microsoft Windows NT Workstation version 4.0 on CD ROM. The PC shall operate with Windows NT and DMS/NT software. ITEM 08 -- Upgrade of MZ4 style goniometer main cabinet assembly, one each. Upgrade shall include all required labor and needed replacement of: bearings, bushings, stepper motors, wiring, opto-sensor devices, couplings, dial indicators, and connectors. Unit also receives new paint and where required, new nickel plating. Upgrade shall include a confidence test of 48 hr continuous operation, and shipping crate for MZ4 style goniometer systems. ITEM 09 -- Replacement axis motion control PCB assembly for Scintag microcage 8/16k versions, required for control of motion in a diffraction system, one each. ITEM 10 -- Conversion cable assembly for adaptation of CMD-style axis motion control PCB to Centent-style PCB's, two each. ITEM 11 -- Upgraded solid state Germanium detector with liquid Nitrogen cooling dewar and cabling, including upgraded-product warranty, one each. ITEM 12 -- Installation and training shall include troubleshooting, repair, installation, or basic or advanced instruction and training for supplied hardware and software, one job. ITEM 13 -- Custom shipping crate for MZ4 style goniometer system for consignment to Scintag, one each. ITEM 14 -- Normal focus Cu X-Ray Tube, one each. The contractor shall deliver and install this equipment within eight (8) weeks from the date of contract award. NIST will prepare the installation location according to the contractor's instructions and provide a computer for interface with the equipment. The NIST will accept the equipment only after successful completion of a silicon x-ray scan. The system shall carry a warranty of one year from the date of acceptance. During the warranty period, the instrument shall be warranted against failure of all components, except consumable items that the contractor shall list in the documentation. The contractor shall provide all parts, labor and travel expenses. The contractor shall provide on site service response within 72 hours. Telephone support shall be available during the work week from 9 am to 5 pm EST. Contractor trained specialists shall perform service. The contractor shall propose service agreement terms, conditions and pricing structures. The NIST, at its option, may elect to perform out of warranty maintenance and service on the system, using its own technicians. If the NIST chooses to self-service the system, the contractor shall provide service training to the NIST's technicians and appoint a designee through which the NIST may purchase spare parts, as well as such manuals, bulletins, and updates related to the maintenance and service of the system. Spare parts for the system shall be made available to the NIST for a period of not less than ten (10) years from the system's last production date. Anticipated award date is March 15, 1998. SIC code is 3844. FOB destination National Institute of Standards and Technology, Building 301, Receiving Room, Gaithersburg, MD, 20899. The NIST intends to solicit one source under authority of FAR 13.106-2(a)(5), which permits solicitation from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. The circumstances are such that the required hardware and software must operate and otherwise be compatible with existing Scintag manufactured equipment. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Scintag shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and includes the following FAR clauses: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled VeteranEra Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST external web page, the Internet address is http://www.nist.gov/admin/od/contract/protest.htm. Scintag shall submit the following: Quote which addresses each required item above specified. Scintag shall also submit technical description and/or product literature and two copies of the most recent published price list and one completed copy of the provision at FAR 52.212-3. Offeror Representations and Certifications Commercial Items, which may be downloaded from the NIST external web page, the Internet address is http://www.nist.gov/admin/od/contract/repcert.htm. Submission shall be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division,Building 301, Room B117, Gaithersburg MD 20899, ATTN: Keith Kennedy, Solicitation Number 53SBNB867033. Submission must be received by 3:00 p.m. Eastern Time on February 20, 1998. The NIST will not consider an offer or modifications of the offer received at the address specified for the receipt of offers/quotes after the exact time specified for receipt of offers. The NIST will not accept a faxed quotation. See Numbered Note 1. (0036)

Loren Data Corp. http://www.ld.com (SYN# 0308 19980209\66-0015.SOL)


66 - Instruments and Laboratory Equipment Index Page