Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2000 PSA #2694
SOLICITATIONS

66 -- ATOMIC ABSORPTION (AA) SPECTROPHOTOMETER

Notice Date
September 25, 2000
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315
ZIP Code
80840-2315
Solicitation Number
F05611-00-T-1427
Response Due
September 28, 2000
Point of Contact
Susan Smith, Contract Specialist, Phone (719) 333-3587, Fax (719) 333-4404, Email susan.smith@usafa.af.mil -- Chris Vaccarella, Contracting Officer, Phone (719)333-3691, Fax (719)333-6603, Email
E-Mail Address
Susan Smith (susan.smith@usafa.af.mil)
Description
. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Solicitation number F05611-00-T-1427. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The Standard Industrial Classification Number is 3826 and the Business Size Standard is 500 employees. Vendor must be actively registered with Central Contractor Registration. All pricing shall be quoted FOB Destination. All quotations must be valid for 30 calendar days following the closing date of this solicitation. The Government intends to issue a Firm Fixed Price purchase order for this requirement. Description: Atomic Absorption (AA) Spectrophotometer with the following specifications: 1)The instrument must be a double beam, atomic absorption spectrometer with direct system control via Local Control and external PC data station and software. 2)The instrument must have the capability of Quadline (four electrode) Deuterium background correction, which is a high specification continuum technique, it will correct for 2.0 absorbance units of background with less than 2% error. Gain for both total and background channels must be automatically matched. 3)The instrument must have a high energy, silica coated, minimum component optical system with self calibrating master holographic grating monochromator, employing full temperature compensation and covering a wavelength range of 185 -- 880nm. Wavelength selection is done by a automatic peak searching routine. 4)The instrument must have spectral bandpasses of 0.2, 0.5, and 1.0nm, which must be automatically selectable. 5)The instrument must have a manual, four (4) turret lamp, with individual power supplies that allow use of large and small diameter hallow cathode lamps. 6)The instrument must have an advanced laminar flow, 50mm universal burner head made of niobium-doped stainless steel that will function for both air/acetylene and nitrous oxide/ acetylene flames. It should be cool running for high dissolved solids analysis and low carbon build-up. The burner must be demountable to allow thorough cleaning. It should be fully adjustable and may be rotated through a full 90 degrees. 7)The instrument must have a local control display screen that has an 8 x 40 minimum character display, capable of showing the element calibration curve. 8)The instrument must have the patented Stockdale optical configuration for double beam operation which provides long term stability with single beam signal to noise characteristics. 9)The instrument should employ a torroidial mirror to reduce emission breakthrough and extend the linear dynamic range. 10)The instrument must have an inert fluoroplastic spray chamber with an externally adjustable inert fluoroplastic impact bead and flow spoiler. It should have a hydrophilic front end and a rear drain to minimize memory effects. The drain should be self-sealing for added safety and fill automatically. An inert over-pressure membrane should in the rear of the chamber for maximum safety during operation. 11)The instrument must have a high sensitivity fixed nebulizer with Pt/Ir capillary and PTFE annulus. 12)The burner should be able to accept a slotted ceramic tube to improve sensitivity for As, Se, Pb, and Cd in air/acetylene flames. 13)The system must include flashback arrestors for both gas inlets. All gas lines should have armored sheaths to provide maximum protection. 14)The gas control unit should provide automatic flame ignition by push-button. 15)The spray chamber and burner compartment should be fully enclosed for complete safety and should have an UV/heat absorbing window. 16)The instrument should employ state-of-the-art digital electronic housed in a convenient pullout drawer to improve serviceability and uptime. The spectrometer controller should be designed to prevent obsolescence by allowing for future updates by diskette or cd-rom. 17)The system should have a documented history of low maintenance problems, easy user repair, and widely available spare parts.18)The entire system must operate on 120 VAC at 60 Hz. power +/- 10%. Quantity: 3 each Unit Price ___________Total Price _______________. All offers must be accompanied by documentation supporting the ability to meet all specifications. The suggested source for this requirement is TJA Solutions, 27 Forge Parkway, Franklin MA 02038. Clauses Incorporated by Reference Farsite WEB, http://farsite.hill.af.mil/. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors -- Commercial Items. The following additional provisions and clauses apply 52.212-3, Offeror Representation and Certification-Commercial Item, a completed copy of this provision shall be submitted with the offer. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses (8) (12) (13) (14), 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001, Buy American Act and Balance of Payment Program (41U.S.C. 10, E.O. 10582), and 252.225-7036 North American Free Trade Agreement Implementation Act (Alt 1) Contractors with this capability may submit a proposal with pricing to be considered by the Government no later than the response date of this announcement. Offers are to be received at the Operational Contracting Office 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. No later than 28 September 2000 3:00 PM, MST. Offers may be transmitted by electronically or faxed to (719) 333-6603 Attn: Susan Smith. Please email questions or concerns to susan.smith@usafa.af.mil No telephone requests will be accepted. Point of Contact Susan Smith, Contract Specialist, Phone (719) 333-3587, FAX (719) 333-6603, email susan.smith@usafa.af.mil Chris Vaccarella, Contracting Officer, Phone (719) 333-3961, FAX, (719) 333-6603, email
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-00-T-1427&LocID=479)
Record
Loren Data Corp. 20000927/66SOL013.HTM (D-269 SN500566)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on September 25, 2000 by Loren Data Corp. -- info@ld.com