SOLICITATION NOTICE
66 -- XRF Analyzer
- Notice Date
- 7/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3QCCM7163A001
- Response Due
- 7/12/2007
- Archive Date
- 7/27/2007
- Description
- DESCRIPTION/SPECIFICATION: PORTABLE X-RAY FLUORESCENCE (XRF) ANALYZER; Quantity 1 Each. The portable X-Ray Fluorescence (XRF) Analyzer shall be new and complete, costumed-built to our applications, and ready for immediate operation upon receipt. It shall consist of a hand-held Analyzer with a color display touch screen, a carrying case and holster, and a metal alloy reference set. The portable X-Ray Fluorescence (XRF) Analyzer (hereafter called the XRF Analyzer) shall be configured to operate as a vacuum unit or as a helium-purged unit. A vacuum unit shall be equipped with a battery operated vacuum pump to include batteries and connecting lines or hoses that attach to the Analyzer unit. A helium-purged unit shall be equipped with a helium purge system that includes a fixed-flow regulator, a portable cylinder, and connecting lines or hoses that attach to the Analyzer unit. A helium-purged unit shall be equipped with an automatic time-dependant filter changer for the quantification of elements Si, Mg, Al, and P. 2. Description and Specifications. The XRF Analyzer shall be equipped with: 2.1. A testing or docking stand, a carrying case, a 120 VAC charger/adapter, two (2) rechargeable Li-ion batteries with charger to power the analyzer, data transfer cables, and all hardware/software necessary for Personal Computer (PC) interface and data transfer to a remote PC. 2.2. A hand-held Analyzer unit to include a Hewlett Packard Personal Digital Assistant (HP PDA) model iPAC, or equivalent, and to include a color Thin Film Transistor (TFT) display touch screen or a backlit VGA touch screen LCD. 2.3. All of the necessary hardware and software for a Windows Compact Edition (CE) based operating system for the PDA. The operating system shall have the capability to store spectra and results and be capable of down loading results. 2.4. A miniature X-Ray Tube with 40 kV high voltage supply as the Excitation Source. 2.5. A high resolution Semi-Conductor Pin Diode Detector (Si-PiN). 2.6. A metal alloy reference set for routine standardization of the Analyzer. The reference set shall include ferrous base, aluminum base, and titanium base reference materials. 2.7. Factory programmed vacuum or helium-purged Calibration for Ferrous base metal alloys, to include Low Alloy Steels, Corrosion Resisting Steels (300 series & 400 series), Precipitating Hardening Steels, and High Temperature Steels. The Factory Calibration shall enable identification and assay. 2.8. Factory programmed vacuum or helium-purged Calibration for Aluminum base metal alloys to include 2000, 5000, 6000, and 7000 series aluminum alloys and 300 series aluminum alloy castings. The Factory Calibration shall enable identification and assay. 2.9. Factory programmed vacuum or helium-purged Calibration for Titanium base metal alloys to include aluminum-vanadium, aluminum-vanadium-tin, and commercially pure titanium alloys. The Factory Calibration shall enable identification and assay. 3. Capabilities. The XRF Analyzer shall have the following capabilities: 3.1. The capability to detect and measure the magnesium and silicone content in aluminum base metal alloys; the accuracy of which shall be at least 1% in absolute units. 3.2. The capability to detect and measure the aluminum content in corrosion resisting steel alloys and in titanium base metal alloys; the accuracy of which shall be at least 1% in absolute units. 3.3. The capability to detect and measure with sufficient accuracy the major alloying elements of: (1) low alloy steel base materials, (2) 300 series, 400 series, and precipitating hardening corrosion resisting steel base materials, (3) 2000, 5000, 6000, and 7000 series aluminum alloys, (4) 300 series aluminum alloy castings, and (5) commercially pure, 6Al-4V, and 6Al-6V-2Sn titanium alloys such that the various alloys can be positively identified. 3.4. The capability to identify and distinguish between 2024, 2219, and 2014 aluminum alloys. 3.5. The capability to identify and distinguish between 7075 and 7050 aluminum alloys. 3.6. The capability to identify and distinguish between 5052, 5056, and 6061 aluminum alloys. 3.7. The capability for operators to perform empirical calibrations for all elements from sodium to uranium when operating in the vacuum mode. 3.8. The capability to extend and add to the existing alloy library database. 4. Additional Requirements. 4.1 The XRF Analyzer shall include all of the necessary auxiliary items and operating supplies needed for immediate operation. 4.2. All instrument hand tools, including alignment tools and custom built tools, if any, that are necessary for proper satisfactory operation and routine operator maintenance of the equipment by the user. 4.3. Acceptance testing and verification of all applications (capabilities) from paragraph 3 above shall be performed at Building 165, Robins AFB, GA, by the Vendor in the presence of Government users of the XRF Analyzer. This acceptance testing shall be performed prior to final acceptance by the Government. 5. Installation and Training. 1.5.1. The XRF Analyzer shall be installed by the Vendor?s qualified representative(s) in Bldg 165, RAFB, GA. The government shall supply all required utilities within six (6) feet of the installation site. 1.5.2. After installation of the XRF Analyzer, on-site operator training for at least four (4) Government personnel shall be provided by the Vendor?s qualified representative at no additional cost to the government. 6. Warranty. The XRF Analyzer shall have an unlimited warranty for at least two (2) years from date of acceptance by Government personnel. All components and peripherals of the XRF Analyzer shall be covered. 7. Documentation. One (1) set of paper documentation covering electrical schematics, wiring diagrams, printed operator instructions, and operator maintenance instructions/manuals shall be supplied with the XRF Analyzer. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors?Commercial Items), FAR 52.212-2 (Evaluation 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 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items). IAW clause 52.212-2 the evaluation factors shall be: Price and Price related factors, and Conformance to Product Description / Performance Specifications. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-17, Effective 14 June 2007. NAICS Code 334517, F.O.B. Destination (Robins AFB, Georgia), Payment by Electronic Funds Transfer-Central Contract Registration 52.233-3. Quotations may be faxed to (478) 926-7549 OR emailed to gary.wilson.3@us.af.mil and the anticipated response date will be 12 July 2007 and the anticipated award date will be 29 July 2007. FAR 52.212-3 (Offeror Reps and Certs) An offeror shall complete only paragraph (j) of this provision if the offeror has complete the annual representations and certifications electronically at http://orca.bpn.gov. Please log on to this website and complete the Offeror Reps and Certs. THIS COMBINED SYNOPSIS/SOLICITATION WAS ORIGINALLY POSTED UNDER REFERENCE NUMBER FE206770860039 BUT WAS NOT AWARDED DUE TO AN ADMINISTRATIVE ERROR. Point of Contact: Gary Wilson, 78th CONS/PKP Contracting Specialist, Phone: (478) 926-2031, Email: gary.wilson.3@us.af.mil, Larry Johnson, Contracting Officer, Phone: (478) 926-3985, Email: larry.johnson1@robins.af.mil; Fax (478) 926-7549
- Place of Performance
- Address: 375 Perry Street, Bldg 255, Robins AFB, Georgia
- Zip Code: 31098
- Country: UNITED STATES
- Zip Code: 31098
- Record
- SN01335211-W 20070707/070705221145 (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 |