SOLICITATION NOTICE
66 -- Sequential wavelength-dispersive X-ray fluorescence spectrometer system with computer interface and application software
- Notice Date
- 7/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- AMSRDT-AR-2-6005
- Response Due
- 8/10/2005
- Archive Date
- 10/9/2005
- Small Business Set-Aside
- N/A
- Description
- 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. Prop osals are being requested, as a written solicitation will not be issued. The combined Synopsis/Request number is AMSRDT-AR-2-6005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14, dated 24 Sep 1999. The associated NAICS code is 334517. The requirement is for a full performance Sequential wavelength-dispersive X-ray fluorescence spectrometer system with computer interface and application software and the following features: -must accommodate samples of solids, liquids, and semi-solids -No external cooling-water required -No detector gas (P10) required - must have high performance sealed proportional counter for light element detection -High-transmission vacuum seal to separate sample chamber from spectrometer chamber and protect spectrometer from contamination caused by sample spillage -Minimum 60-position sampl e changer as standard -Must have 1KW x-ray tube with 75um Be window, plus 1kW generator -Ability to accommodate up to 8 analyzer crystals and 4 collimators -Must be mounted on casters for ease of movement -Must have single sample chamber for maximum reliability -Must be optimized for minimum Helium consumption (small sample chamber, different Helium operating modes - vacuum assisted and atmospheric Helium) -Optical system must be optimized for sensitivity -Manual sample mask changer for maximum reliability -Primary beam filters must be available - the ability for up to 10 is required with 7 filters provided as standard. Equipment is for AMSRD-TAR-D, Warren, MI. Provision at FAR 52-212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: i) technical capability of the equipment to meet the Governments requirement and ii) price. Offers are advised to include a complete copy of the Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. This acquisition is rated D04. Proposals and/or any questions must be submitted electronically, either by email to garrett.bagat@us.army.mil or fax to 586-574-5155 /Attention: Garrett Bagat. Offers are due no later than 12:00 noon, 10 August 05. Note: All contractors must be registere d in the Central Contract Registry (CCR) prior to receiving an award see web site www.ccr.gov for details on CCR.
- Place of Performance
- Address: US Army TACOM - Warren ATTN: AMSRD-TAR-D /MS #110, 6501 E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Zip Code: 48397-5000
- Record
- SN00857006-W 20050730/050728212543 (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 |