Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

66 -- X-RAY DIFFRACTOMETER SYSTEM

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-07-00192
 
Response Due
10/5/2007
 
Archive Date
11/5/2007
 
Point of Contact
Point of Contact, Scott Fogle, Purchasing Agent, Phone (513) 487-2049
 
E-Mail Address
U.S. Environmental Protection Agency
(FOGLE.SCOTT@EPA.GOV)
 
Description
NAICS Code: 334516 X-Ray Diffractometer (XRD) System This is a combined synopsis/request for quote (RFQ) 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; quotations are being requested and a written solicitation will not be issued. The identifying RFQ number is RFQ-OH-07-00192. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-20. A firm fixed price purchase order is anticipated to result from the award of this RFQ. The NAICS code is 334516. Background The U.S. EPA, Office of Research and Development (ORD), National Risk Management Research Laboratory (NRMRL), has the need for an X-RAY Diffractometer (XRD) System, to conduct routine phase analysis. The system shall be used for X-ray Diffraction (XRD) to analyze fluids, powders and crystals, including X-ray Fluorescence (XRF) for elemental analysis. Minimum Specifications 1. The system shall provide inherent precision, speed, and simplicity of sample preparation. 2. The system shall include a 3 kW X-ray generator, which shall be contained in a radiation-safe cabinet that can be located on a bench top, and is transportable with carrying handles 3. The Goniometer shall provide a zero backlash harmonic gear box, with variable radius and separate drives for each axis, and also provide the ability to be configured in either Theta/2-Theta or Theta-Theta geometry 4. The X-ray tube shall be of standard design and possess either a glass or ceramic envelope. 5. The System shall possess the following accessories: a. Multiple positions style (at least 10) automatic sample changer b. Capillary sample holder c. Eulerian Cradle for texture d. Environmental chambers e. Solid state Si PIN Diode detector f. Dual detector arm for simultaneous mounting of Bragg Brentano and parallel beam optics g. Planar X-ray Waveguide Resonator (PXWR) optic h. Ni/C Multilayer Mirror optic i. Polycapillary optic j. Autoslits for both incident and diffracted beam k. XRF attachment, with mounting for both over-stage and Tubeshield 6. The system shall possess computer control/peripherals and be a PC system compatible Compact Cabinet system The compact cabinet system shall consist of heavy duty construction, which completely encloses the goniometer, x-ray source and detector, with a large access door and leaded Plexiglas viewing window. Failsafe interlocks shall close the shutter to the x-ray tube when the cabinet's door is opened. Performance Specifications " High-Temperature: The system shall provide temperatures up to 1500C in air, inert gas or vacuum depending on the specimen and the temperature. Powder (20 ?m) specimens are preffered, but thin sheets are acceptable. " Thin-film attachment: Shall allow for grazing incidence angle (0.1-2.0 degrees 2) analysis of thin films. " The system shall provide complete organic and inorganic databases on CD-ROM (PDF-2). Software (PC-based) Specifications " The contractor shall provide a PC-version Windows XP. " Data Collection: Shall provide step or continuous (normal, 2-theta, omega) scans, rocking curves, residual stress, retained austenite, signal enhancement, dead time correction. " Data Analysis: Shall provide k?2 correction, background stripping, filtering, boxcar smoothing and peak shifting. Peak finder, peak area, reference standards, Warren-Averbach and Sherrer methods. " Database: Shall provide PDF-1, user databases, curves simulator, search-match, chemical search. " Crystallography: Shall provide manual indexing, lattice refinement, Nelson-Riley, auto-analysis, single crystal to powder simulator. " Quantitative: Shall provide I/Ic quantitative analysis, total crystallinity, bulk silica, airborne silica. " Metallography: Shall provide residual stress, stress parameters, retained austenite, subsurface residual stress. " Graphics: Shall provide labeling and overlapping of data sets, overlaying of powder files 3-D displays, residual stress display, retained austenite display, profile fitting, rocking curve display. " Other: Shall provide real-time display of data collection, data collection as a foreground or background process, batch-mode data collection and data processing, report generation, color printouts of the results, file conversion utility. Installation and Training The contractor shall be responsible for installing the equipment and providing training for (3) three EPA personnel for 2-3 days. Documentation and Drawings The contractor shall supply (1) one set of manuals for the X-Ray Diffractometer. Warranty The contractor shall provide a commercial warranty for no less than 12 months covering all parts, labor, and materials. Delivery Date The completed system shall be delivered no later than 90 days after receipt of award. Note: The delivery price to 26 W. Martin Luther King Dr. Cincinnati, OH 45268, shall be included in the firm fixed price quotation Evaluation - Commercial Items (FAR 52.212-2) (Jan 1999) The Government will award a purchase order resulting from this combined synopsis/RFQ to the responsible offeror whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate an offerors quotation: technical acceptability, past performance, and price. The following criteria will be evaluated on a Best Value basis. Offerors shall provide information to demonstrate /substantiate that its quote meets the minimum specifications set forth in the RFQ. 1. Technical Acceptability: An offerors quotation shall clearly demonstrate that the proposed equipment meets or exceeds each of the minimum specifications. Product literature, brochures, etc. may be submitted in response to the minimum specifications, but offerors shall ensure that all technical specifications are clearly addressed. 2. Past Performance: An offerors quotation shall provide demonstrated past performance during the last three years on contracts/purchase orders which are similar to the specifications included with this requirement. The Government will consider the following areas under past performance: (1) quality of products or service, (2) cost control, (3) timeliness of delivery, installation and training, (4) business relations. The offeror shall provide reference information for at least three projects completed or currently ongoing, which are similar to this requirement. The name, phone number, and e-mail address for the customer=s primary technical contact point (project officer) shall be provided. 3. Price: An offeror quotation shall provide a firm fixed price quotation in accordance with the specifications identified. After quotations have been evaluated against the factors above, an order is expected to be placed with the offeror that represents the Best Value to the government. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, see above . Offers shall provide descriptive technical literature and/or other documentation as necessary, to demonstrate that the X-Ray Diffractometer (XRD) system offered meets the minimum specifications above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-3. FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests. This EPAAR clause is available at http://www.epa.gov/oam/ptod/epaar.pdf. Offers shall submit 1 copy of their quotation that references RFQ-OH-07-00192, no later than October 05, 2007 at 4:00 PM (EDT) to Scott A. Fogle, at fogle.scott@epa.gov. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov. The last day for Technical Questions is September 27, 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); 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/EPA/OAM/OH/RFQ-OH-07-00192/listing.html)
 
Record
SN01412455-F 20070922/070921080443 (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.