Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- FOURIER TRANSFORMED INFRARED SPECTROMETER SOL RP99-039 DUE 090199 POC Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. RP99-039. This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The National Institute for Occupational Safety and Health (NIOSH), Morgantown, WV, has a requirement for one (1) each of a Fourier Transformed Infrared Spectrometer (FTIR) for coupling to both Gas and Liquid Chromatographs with appropriate support hardware and software. The NIOSH Health Effects Laboratory Division (HELD) has several projects to examine the biological effects of asphalt fumes. The Fourier Transform Infrared Spectrometer (FTIR) will be used mainly for coupling to a capillary Gas Chromatograph-Mass Spectrometry (GC-MS) instrument that exists in the lab. For additional applications, it will also be configured for coupling to a high performance liquid chromatography (HPLC). All these applications will provide molecular structure information that includes functional groups on the complex compounds, metabolites, and adducts contained in samples such as asphalt fume condensates, and exposed biological samples. Specifications for the FTIR system are: 1. The system should be a table-top system that includes a Fourier Transform infrared spectrometer; 2. The system should be able to be configured for coupling to a Hewlett Packard gas chromatograph in parallel or series with a mass spectral detector; 3. The system should be able to detect 300 picograms of dodecane injected onto the GC column at a signal to noise ration of 10/1 or 50 ng on an HPLC column; 4. The infrared source should NOT require water cooling; 5. Maximum resolution should be at least 0.5 per cm, with normal on-the-fly resolution of at least 8 per cm; 6. Scanning velocity should be at or better than 20 KHZ. The detector range should be 4000 -- 650 per cm; 7. System should have a software/hardware system that acquires data from the detector, processes, views and organizes it. It should allow for post-run data manipulations, including curve fitting, and quantitation. A spectral library data base with search capabilities should be included. Software should operate under a Windows 98 and/or NT environment enabling data and graphics exchange with other windows software; 8. The system should be Y2K compatible and include a Pentium computer with a minimum of 48 Mbyte, 300 MHz, 4 Gbyte Primary hard drive, 17 inch monitor, keyboard and printer; and 9. Installation, familiarization and a minimum of a 1 year full warranty should be included. EVALUATION FACTORS: Offers will be evaluated for technical compliance with the specifications. The Government desires delivery within 180 days after receipt of contract. Offers shall propose based on a delivered price, F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the stated Technical Criteria (specification) or your offer may be rejected. The Government anticipates one award for the FTIR system to the responsive, responsible offeror whose proposal is considered most advantageous to the Government. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)", 52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)", 52.203-6 "Restrictions on Subcontractor Sales to the Government, With Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity", 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers With Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." OFFERS ARE DUE SEPTEMBER 1, 1999, 2:00 p.m. local prevailing time. The offer acceptance period shall be at least 30 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) Original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor proposal) containing Part Numbers and Pricing of individual line items comprising the FTIR system, a delivery schedule, and published price lists (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature, tables, etc. which demonstrate compliance with specifications for evaluation purposes; and (5) acknowledgment of solicitation amendments, if any. Facsimile Offers are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a firm fixed-price contract is anticipated. Information regarding this notice can be obtained from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. Posted 08/10/99 (W-SN365676). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0390 19990812\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page