SOLICITATION NOTICE
66 -- Fourier Transform Infrared Spectrometer (FTIR)
- Notice Date
- 4/5/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL0316-223025W
- Response Due
- 4/19/2006
- Archive Date
- 6/30/2006
- Point of Contact
- Sonja Rocks, Contract Specialist, Phone 202-776-8806, Fax 202-776-8686,
- E-Mail Address
-
RocksSM@state.gov
- Description
- This is a combined synopsis/solicitation, Solicitation INL0316-223025W, from which the Government intends to award a firm, fixed price contract for a Fourier Transform Infrared Spectrometer (FTIR) delivered FOB Destination to Narcotics Analysis and Techical Services, Bangkok, Thailand. Offers must include specifications. The price must include FOB Destination (as defined in FAR 52.247-34) delivery to the Narcotics Analysis and Technical Services, Bangkok, Thailand (complete address provided below). Offers must state the standard warranty provisions and warranty must remain in effect at the final destination in Bangkok, Thailand. Offers must state the estimated -lead time for delivery and installation of FTIR. Offers must state availability of on-site maintenance and servicing of equipment after installation. Offers that do not include all information and documents request in this solicitation may not be considered for award. Details of the items required are as follows: LINE ITEM 0001: Fourier Transform Infrared Spectrometer. QUANTITY: 1 EACH. SPECIFICATIONS: Fourier Transform Infrared Spectrometer (FTIR) 1 Unit 1. General Specifications Fourier Transform spectrophotometer for measurement of qualitative and quantitative analysis of organic compound which can be measured in Mid Infrared with Micro computer control. 2. System Specification: 2.1 Can measure both Quantitative and Qualitative analysis of organic compound. 2.2 The standard spectral operating range of Mid IR should be no less than 7,500-370 cm -1. 2.3 High sensitivity source for Mid IR should be no less than 10,000-50 cm. 2.4 Beamsplitters is Ge-on kBr must be available to cover the spectral range from 7,500-370 cm 1. 2.5 The spectrometer must offer user changeable beamsplitters. Beamsplitters must be able to be charged without the need for manual or automatic alignment. The inferometer must be permanently aligned. The F1-IR must incorporate a high throughput 60 degree interferometer with Gold Coating on all the reflective optics for maximum light output. 2.7 The instrument spectral resolution should be continuously variable to maximum optical retardation of at least 1.0 cm -1 (apodized). 2.8 The achievable signal to noise for 5 second 100% line measurement should exceed 6000:1 peak-to-peak using the following conditions: 4 cm 1 spectral resolution. Triangle or Blackburn Harris 3-Term apodization. DTGS detector, KBr beam splitter (7,500 370 cm 1 ) and air cooled source. Noise calculated as peak-to-peak from 2200 to 2100 cm -1. 2.9 To protect the interferometer components, detector source and power supply must have its own cover separately and the interferometer must be physically sealed and desiccated. Sealing should be done with a easily user replaceable KBr isolation window. A desiccant indicated (LED) must be located on the top of the instrument and must be viewable from outside the spectrometer. 2.10 Com 2000 puter interface is Ethernet connection. 2.11 The FTIR should provide the option to upgrade the thermorgavimetric analysis (TGA/FTIR), Gas Chromatographic (GC/FTIR), FTIR Microscope, and Fiber. 3. Software Features 3.1 Operating on Windows XP. 3.2 Spectral compare, Difference, Zoom, Spectral calculator, Peak area, Peak height, Peak label. Transmittance & Absorbance conversion table. 3.3 Quantitative Analysis, Beers law and PLS (Partial Lease Square). 3.4 Spectrum search library. 3.5 General Chemicals library not less than 5000 spectra. 3.6 Creat user library. 3.7 System Diagnostic & Status indicators. 3.8 Validation Software and Validation materials 1 set. 3.9 Program Windows XP. 3.10 All programs and libraries are rights reserved. 4. Computer and Printer 1 set 4.1 Not less than Pentium 4 Processor 3.0 GHz. 4.2 512 MB RAM. 4.3 Hard Disk 40 GB. 4.4 Flat Monitor size 15 inch. 4.5 DVD-ROM Drive 56X. 4.6 Desk Jet Color Printer. 5. Accessories 5.1 UPS and Stabilizer not less than 3 KVA, 1 set 5.2 Dehumidifier not less than 18 lites/day, 1 set 5.3 Table and Chair, 1 set 5.4 Transmission Accessory: Manual Hydraulic Laboratory Press no less than 10 tons, Evacuable Pellet die for 13 mm, Sample holder for 13 mm. pellets. Transmission Accessory including of Liquite cell Omni Cell assembly 1 set KBr windows for Omni Liquid Cell 2 pcs CaF windows for Omni Liquid Cell 2 pcs Teflon spacers 0.0 mm. for Omni Liquid Cell 5 pcs Assorted Teflon spacers for Omni Liquid Cell 10 pcs Luer Syringe 1 set Mull Cell Omni Cell assembly 1 set KBr windows for Omni Mull Cell 2 pcs Teflon Spacer 5 pcs Spatula 1 pcs Nujol 1 bottle/ 25 ml. Powder Disk Processing Kit handy press 1 set KBr 1 bottle / 50 g. Film Holder Magnetic Film Holder 1 set Gas Cell 100 mm. glass cylinder 1 set Cover 1 set 5.5 Reflectance accessory (Multi bounce) consisting of 1. Attenuated total reflectance (HATR) HATR with Trough Top Plates and Flat Plate ZnSe crystal 1 set 2. Diffuse Reflectance 1 set 6. Remarks 6.1 Installation and on-site training. 6.2 Warranty 1 year. 6.3 After warranty Services with certification one time a year free of charge. 6.4 Operation training and maintenance. 6.5 Operation Manual and service manual 1 set. 6.6 Spectrometer power 220 v 50-60 Hz. LINE ITEM 0002: Installation on site of Fourier Transform Infrared Spectrometer system (ITEM 0001). QUANTITY: 1 Job. LINE ITEM 0003: Training for FTIR. QUANTITY: 1 Job. LINE ITEM 0004: Delivery to Narcotics Analysis and Technical Services, Office of the Narcotics Control Board, Ministry of Justice, 5 Din Daeng Road, Bangkok 10400 Thailand. QUANTITY: 1 Job. Offers should be submitted by fax at (202) 776-8686 or email to RocksSM@state.gov by the deadline indicated in this announcement. DELIVERY TERMS AND CONDITIONS: Delivery will be made to address specifed in LINE ITEM 0003. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to OCONUS destination in Bangkok, Thailand without without repacking or incurring damage during shipment and handling. EVALUATION AND AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors. The evaluation factors used in this solicitation will be rated acceptable/unacceptable. The following is a breakout of the evaluation factors: (i) Ability to meet specification requirements. Provide a description of technical ability/capability to upgrade the aircraft in sufficient detail to evaluate compliance with the requirements of the solicitation. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery and installation of equipment. (iii) Past performance. Offerors shall provide documentation and references indicating experience and capability in providing and installing FTIR equipment. (iv) Offerors ability to provide on-site maintenance and servicing of equipment after installation. The successful offeror must register in the U.S. Governments Central Contractor Re 1939 gistrati 1929 on (CCR). The website to register is www.ccr.gov. Questions regarding this solicitation should be directed to Sonja Rocks, Contract Specialist, 202-776-8806; email: RocksSM@state.gov or Larry Parr, 202-776-8761; email: ParrLS@state.gov. This solicitation closes at 4:00 PM ET, April 19, 2006. APPLICABLE PROVISIONS AND CLAUSES: Note that payment will be made in accordance with the Prompt Payment Act as specified in FAR Clause 52.212-4(g). Invoices may be submitted only after delivery to FOB Point has been made. Payment will be made within 30 days of receipt of a correct and properly submitted invoice. Payments not made within 30 days of receipt of a correct and properly submitted invoice, will incur interest. It is the responsibility of the offeror to review all pertinent clauses that are incorporated by reference and to submit invoices to the proper address. The following Provisions and Clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 (checked clauses under FAR 52.212-5(a)(1) are 52.203-6 and 52.225-13), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. No additional FAR clauses apply. Each offeror must complete and submit with the offer a signed and dated Standard Form 1449 Solicitation/Contract/Order for Commercial Items (complete blocks 17a, 19 - 24, 30 a - 30). Offerors must also complete certifications at http://orca.bpn.gov in accordance with FAR 52.212-3. FAR clauses and SF 1449 are available online at http://www.arnet.gov/far/. The Addendum provision DOSAR 652.225-70, ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) applies to this procurement and is provided in full text below: 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (END OF PROVISION) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-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/State/INL/INL-RM-MS/INL0316-223025W/listing.html)
- Place of Performance
- Address: Bangkok, Thailand
- Country: Thailand
- Country: Thailand
- Record
- SN01021694-F 20060407/060405221640 (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 |