Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2006 FBO #1570
SOLICITATION NOTICE

66 -- TIME-OF-FLIGHT MASS SPECTROMETRY SYSTEM

Notice Date
3/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1TBAP6040A100
 
Response Due
3/17/2006
 
Archive Date
5/13/2006
 
Point of Contact
Cheryl Owens, Contract Specialist, Phone 850-882-0337, Fax 850-882-4916, - Frederick Marsh, ContractingOfficer, Phone 850-882-0334, Fax 850-882-4916,
 
E-Mail Address
cheryl.owens@eglin.af.mil, frederick.marsh@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Eglin Air Force Base, Florida intends to solicit and award a firm-fixed price for the purchase of one reflectron time-of-flight mass spectrometry system. 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; a quotation is being requested and a written solicitation will not be issued. The reference number is F1TBAP6040A100 and is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a business standard size is 500 employees which will be set aside for small businesses. Please identify your business size in your response based upon this standard. CLIN 0001 will consist of the following information: Basic configuration: System components to be provided by the Vendor are *starred*, those to be provided by AFRL/MNME are identified as “government furnished equipment” or “GFE.” The GFE will not be made available to the Vendor for testing. The RTOFMS system will be contained within an ultrahigh vacuum (UHV) compatible *Vacuum Enclosure* which will mate with an existing UHV Chamber (GFE) via a *Vacuum Adapter Chamber*. All *Blank-Off Flanges* and at least one *Back-To-Air Valve* required to seal the assembly so the system may shipped under rough vacuum will be included. In use at AFRL/MNME, all of these vacuum chambers will be evacuated by existing Turbopumps (GFE). Electrically neutral atomic and molecular species produced in the GFE Chamber will enter the RTOFMS system *Ion Source* region, in which they can be ionized by a removable *Electron Gun*, or optionally after removing the electron gun by a Laser (GFE). The system will include provisions for collecting, focusing, steering, and accelerating a “packet” of these ions down an electrostatically shielded *Flight Tube* towards a *Reflector Ion Mirror*; the system must include provisions for external triggering of this process by a TTL-level electrical signal. The system will include a *First MicroChannel Plate (MCP) Detector* behind the Ion Mirror to facilitate system performance optimization, and to permit system operation as a linear TOFMS. Ions reflected by the Ion Mirror will retransit the Vacuum Enclosure towards a *Second MCP Detector*. The electrical signals at the outputs of the MCP detectors will be captured and recorded using an existing Data Acquisition System (GFE). The RTOFMS system will include any and all *Power Supplies*, *Control Electronics*, and *Cables* necessary for operation using 120 VAC 60 Hz power. Any *Software* required to control the functioning of the system must be compatible with a host Computer (GFE) running the Windows 2000 (GFE) or Windows XP (GFE) operating systems. *Performance Test Data* demonstrating that the delivered system can meet the performance specifications defined below, including sample mass spectrometric data with relevant experimental parameters and instrumental settings, will be provided at the time of delivery. Mechanical Dimensions: The distance from the center of the Ion Source region to the First MCP Detector must be at least 36-inches; however, the overall assembled length of the Vacuum Enclosure and Vacuum Adapter Chamber must not exceed 60-inches. The RTOFMS system must be capable of mating to a standard 6-inch ConFlat-style flange (hereafter referred to as “Flange A”) on a Gate Valve (GFE) attached to the side of the GFE Chamber. The center of Flange A is located 12.0-inches above the Benchtop (GFE) and the axis of Flange A is oriented horizontally, that is, parallel to the GFE Benchtop. The neutral atomic and molecular species will enter the Vacuum Adapter Chamber along this horizontal axis. The RTOFMS Vacuum Enclosure will extend vertically above the GFE Benchtop; the weight of the entire RTOFMS system will be carried by an adjustable Support (GFE). The Vacuum Adapter Chamber will comprise a six-way cross consisting of two pairs of opposing 6-inch ConFlat-style flanges, and one pair of opposing 2.75-inch ConFlat-style flanges. The three axes joining the centers of the opposing flange pairs will be mutually perpendicular. All six flanges must be aligned to view the Ion Source region at the center of the six-way cross. A clear line of sight must exist from the center of Flange A, completely through the Ion Source region, to the center of the opposing 6-inch flange on the Vacuum Adapter Chamber. With the Electron Gun removed, another clear line of sight must exist along the centers of the opposing 2.75-inch ConFlat-style flanges on the Vacuum Adapter Chamber. The removable Electron Gun will be mounted on one of the 2.75-inch flanges on the Vacuum Adapter Chamber. The RTOFMS Vacuum Enclosure must include a 6-inch ConFlat-style flange for attachment of a GFE Turbopump; this flange is in addition to those on the six-way Vacuum Adapter Chamber. The RTOFMS Vacuum Enclosure must also include a 2.75-inch ConFlat-style flange for attachment of a UHV Gauge (GFE). Both of these flanges must be oriented in the direction away from Flange A, to avoid conflicting with the existing GFE Chamber. A sketch of the proposed system layout is available upon request. Vendor will include a mechanical sketch of the entire system with correct external dimensions and relative component placements in their proposal. All cables required for system operation will be at least 9-feet long. System Performance: All weld locations and welding operations will be performed in accord with good UHV practice. The entire assembly will be helium leak tested with a minimum sensitivity of 1x10^-9 standard-cubic-centimeters/second. The Vacuum Enclosure components will be cleaned and electropolished for high vacuum operation. The Electron Gun must be capable of 70 eV electron impact ionization of gas-phase species. The RTOFMS system will be capable of detecting the resulting ions with a resolution of at least 1000 over a mass-to-charge ratio range of 5-1000 Daltons. Vendor will provide “typical” test data from similar previously manufactured systems for the purpose of source selection. Serviceability and Warranty: Vendor will clearly describe which parts are covered under their standard warranty, and the duration of the standard warranty. Quantity is 1 each. CLIN 0002 is for shipping costs. Required delivery date for item is 90 days ARO. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-25. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 04), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items (Jan 99). Evaluation will be based on the following factors: price and technical (capability of items offered to meet the government’s needs); FAR 52-212-3, Offeror Representations and Certifications-Commercial Items (Jun 03); FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Dec 04) (Deviation); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments (Oct 03); FAR 52.247-29, FOB Origin (Jun 88); FAR 52.252-2, Clauses Incorporated By Reference (Feb 98); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Apr 03); DFARS 252.204-7004, Required Central Contract Registration (CCR) Alternate A (Nov 03); DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items Deviations (Jun 04); DFARS 252-232.7003, Electronic Submission of Payment Report (Dec 03); DFARS 252-246.7000, Material Inspection Report (Mar 03); DFARS 252-246-7001, Contract terms and conditions required to implement statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; (J2) Wide Area Work Flow (WAWF) DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F1T0DC Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: 46tw.tstdl.logisticsmatcontactivity@eglin.af.mil: 2. Acceptor: 46tw.tstdl.logisticsmatcontactivity@eglin.af.mil: 3. Contract Administrator: cheryl.owens@eglin.af.mil: Contracting Officer: frederick.marsh@eglin.af.mil: Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. All responses must be received no later than 4 P.M. Central Standard Time on Friday, 17 March 2006. Send all quotations to Cheryl Owens, 205 West D Ave., Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by email to cheryl.owens@eglin.af.mil or frederick.marsh@eglin.af.mil. NOTE 22 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/Reference-Number-F1TBAP6040A100/listing.html)
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542-6862
Country: USA
 
Record
SN01005482-F 20060315/060313212150 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.