SOLICITATION NOTICE
59 -- X-Ray Diffraction System
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-04-T-0100
- Response Due
- 7/2/2004
- Archive Date
- 8/31/2004
- Point of Contact
- Raymond Burgess, 301-394-4348
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(rburgess@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. The solicitation number is W911QX-04-T-0100. This acquisition is issued as an Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 01-23. The associated NAICS code is 334516. The small business size standard is 3826. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINS QTY ITEM 0001 1 EA Ultima III Theta/Theta Wide Angle Goniometer Part No. 2035M407 0002 1 EA Cross Beam Optics-CBO Module Part No.2220M101 0003 1 EA Battery Cell Attachment for Ultima III 0004 1 EA Sample Stage Control Electronics & Cabling Package for Ultima III 0005 1 EA Fixed Diffracted Beam Monochromator #2726M222 0006 1 EA X-ray Tube:2.2. kW, Cu,Long-Fine Focus #ATP-LFF-CUL 0007 1 EA CP-M17-40256MI Instrument Controller 0008 1 EA MDI-WJ6 JADE 7 with Profile Fitting 0009 1 EA MDI-SM6 Search/Match for JADE 7 0010 1 EA C203PN ICDD PDF-2 Database 0011 1 EA MDI-WPAR RIQAS 0012 1 EA RA-100-ANP Heat Exchanger 0013 1 EA Training Course 0014 1 EA Training at Customer's Site Description of requirements: X-Ray Diffraction System composed of the above listed clins manufactured by the MILTEC Corporatiion, 678 Discovery Drive, Huntsville AL 35806 is being solicited on a Brand Name or Equal basis. C.1 Background: The following are the minimum salient characteistics for this equipment: The Army Research Laboratory is seeking an x-ray diffraction system for analysis of powders, thin films, in-situ battery studies and the associated software for data analysis. C.2 Requirements: C2.1 Battery cell attachment: Battery cell attachment that allows in-situ x-ray diffraction measurements of battey materials during the charge and discharge process. The attachment must include a sample holder with working, counter and reference electro des and a gate for electrolyte injection. The attachment should be readily available as a standard part to enable easy and timely replacement as needed. C2.2 Beam optics: Both parallel and focused beam optics should be mounted and operational within the machine at all times. No requirement or removal of x-ray mirrors must be required for switching between these two optical systems. C2.3 Software: Software for x-ray diffraction to read types from both old and new x-ray diffractometers by all vendors. It should allow for the collection and storage of x-ray diffraction data and the analysis of the data through Rietveld analysis. C2.4 Upgrades: The system must be upgradable to enable new experiments invludint (but not limited to) Small Angle X-rey Scatte ring (SAXS) in order to study nanometer-sized materials and an In-Plane Diffraction capability in order to study ultra-thin films and do in-plane texture preferred orientation studies. C2.5 Installation: The Contractor must install and test run the equip ment to ensure that it is operable. C2.6 Training: The Contractor shall provide training for Government personnel on the use and implementation of the associated software. The initial trining eill occur at the Contractor??????s facility, followed by a t raining session on location with the diffraction system to ensure that the system is operating as required and that the Governmen t personnel who were trained in the first session can operate the system. C3. Deliverables: The x-ray diffraction system, x-ray diffraction system software, installation of the system and two (2) software training courses. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal, the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal prod uct, the brand name of the product to be furnished shall be inserted in the proposal. (vii) Delivery is required six months after award of the contract. Delivery shall be made to the Army Research Laboratory, 2800 Powder Mill Road, Adelphi Maryland 207 83-1197. Acceptance shall be performed at Army Research Laboratory, 2800 Powder Mill Road, Adelphi Maryland 20783-1197. The FOB point is Destination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The f ollowing addenda have been attached to this provision: NONE. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows : Technical, past performance and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The technical evaluation will be a determination as to equality of the product to th e brand name and shall be based on information furnished by the vendor The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evalua ted based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.2 19.8; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-37; FAR 52.225-15; and FAR 52.232-33. The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001 apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007 alternate I; DFARS 252.225-7012; DFARS 252.225-701 6; DFARS 252.225-7036; and DFARS 252.247-7023 alternate I. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following local contract requirement(s) o r terms and conditions apply: ARL-B-004-4409; ARL-B-004-4411; ARL-G-032-4408; ARL-H-004-4408; ARL-H-005-4401; ARL-B006-4400. Clauses and Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. This acquisition is rated under the Defen se Priorities and Allocations System (DPAS) as DO-C9. The following notes apply to this announcement: NONE. Offers are due on 02 July 2004, by 24:00 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to rburgess@arl.army.mil. For information regarding this solicitation, please contact Raymond Burgess, Contract Specialist at (301) 394-4348, FAX (301) 394-1660 or email at rburgess@arl.army.mil.
- Place of Performance
- Address: US Army Research Laboratory ATTN: AMSRD-ARL-SE-DC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00605504-W 20040619/040617212255 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |