Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
AWARD

66 -- Thermogravimetric Analyzer and Fourier Transform Infrared Spectrometer in Tandem

Notice Date
9/8/2008
 
Notice Type
Award Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
3K45JW191
 
Archive Date
9/23/2008
 
Point of Contact
John C. Wilkinson,, Phone: 301-504-5799
 
E-Mail Address
john.wilkinson@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Award Number
8JW00346
 
Award Date
9/8/2008
 
Awardee
Thermo Electron North America LLC , 1400 North Point Parkway, Suite 10<br />, West Palm Beach, Florida 33407-1976, United States
 
Award Amount
$84,248.13
 
Description
This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 3K45JW191 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 334516. The U.S. Dept. of Agriculture intends to procure a quantity of one each of the following two instruments ( or equivalent ) in “tandem”, for use in a research environment: Thermogravimetric Analyzer (manufactured by (TA Instruments ), located in New Castle, Delaware and (Fourier Transform Infrared Spectrometer)- Model 6700 – Manufactured by Thermo-Nicolet, located in Madison, Wisconsin. The following are the minimum requirements for the above two instruments: The above listed TGA and FT-IR instruments are required to work in tandem to provide simultaneous sample mass loss and spectral analysis of gases evolved during thermogravimetric analysis. The FT-IR instrument shall be capable of utilizing a existing and U.S. Dept. of Agriculture owned Thermo Electron TGA/FT-IR Interface Model II for Nicolet FT-IR Spectrometers with a heated transfer line and this system shall recognize spectra and data files from existing Nicolet and TA Instruments TGA. The TGA instrument should allow for a measurable temperature range of ambient to 1200 degrees celcious. This TGA Instrument shall be used for kinetics analyses, a wide range of achievable heating rates is critical. The TGA instrument shall be able to control to heating rates as low as 0.1 degrees celcious per minute, with noise levels over 10 degrees celcious no greater than ( plus or minus) 0.01 degrees celcious per minute (unsmoothed). The TGA shall also be able to control heating rates asa fast as 500 degrees celcious per minute. Examples of data files illustrating this capability shall be supplied and shall be used for verification. Balance Sensitivity: The TGA Balance shall have a sensitivity of at least 0.1 microgram. Examples of data files illustrating this capability shall be supplied and shall be used for verification. The TGA baseline should exhibit less than 10 microgram of drift over the temperature range ambient greater than 1000 degrees celcious (uncorrected) in either air or N2 atmosphere. The TGA isothermal baseline shall drift no more than 5 microgram over 18 hours. The TGA shall include digital mass flow controllers for at least two separate purge gasses, such that the purge gas can be automatically switched via software during the experiment. The flow rate shall also be adjustable via software during an experiment. The flow rates shall be data logged into the resulting date file. Because this inTGA instrument shall be used extensively, and often on a 24 hour basis, it shall come equipped with a robotic autosampler containing at least 20 sample positions. The autosampler shall also include a pn punching mechanism, by which samples can be kept sealed in a hermetic environment, and punched open just prior to loading. This pan punching shall produce a large breach in the pan, rather than a pin-hole, as our materials rely on efficient sample/gas interaction. The TGA instrument shall include some form of automatic variable rate control to improve resolution. The heating rate shall be continuosly adjusted as a function of sample mass loss rate, as opposed to a ‘stepwise isothermal” approach. The TGA instrument shall allow for automatic, unattended calibration of both temperature (curie-point standards) and mass. These calibrations shall be programmable and schedulable from within the operating software, as this TGA shall be used by numerous researchers, it is critical that the analysis software shall be installed on multiple computers. The analysis program shall be un-keyed, and shall include a site-license such that it may be installed on a unlimited number of computers within the U.S. Department of Agriculture. The data file format shall easily alow sharing/transfer of data files as individual electronic documents, which are readable by the same data analysis package. The data analysis program shall also include a.pdf generator, for the efficient export of analysis plots. A trade-in of a TA Instruments Q500 Thermogravimetric analyzer is also required. The FT-IR Minimum requirements are as follows: Shall have the ability to be configured for multiple spectral ranges in the Far Infrared, Mid Infrared, Near Infrared and Ultra Violet-Visible ranges; shall have mirror position accuracy of better than plus or minus 0.2 nanometers, which is critical to produce the highest signal-to-noise ratio for all TGA experiments; Optical Resolution 0.4 cm-1: Peak-To-Peak Noise (1 minute scan) less than 8.68 by 10-6 AU; RMS Noise (1 minute scan) less than 1.95 by 10-6 AU; Ordinate Linearity 0.07 percent T; Wavenumber Precision 0.01 cm-1; Slowest Linear Scan Velocity 0.0016cm per second; Fastest Linear Scan Velocity 8.86cm per second; Number of Scan Velocities 27; Liquid Nitrogen-Cooled Detector Hold Time Minimum 20 hours. FT-IR shall have full utilization of digital signal processor (DSP) for spectrometer control, signal generation and demodulation to improve performance and simplify experiments. Automatic Dynamic Alignment, Tuning and Calibration via an electromagnetic interferometer is critical. Trade-In of an existing Thermo-Nicolet FT-IR instrument, Avatar Model: 370 FT-IR is also required. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before September 7, 2008. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the above requested two instruments meets or does not meets each of the Government’s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is Sept. 8, 2008. All responsible sources may submit a quotation, which shall be considered by the Agency. This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 3K45JW191 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 334516. The U.S. Dept. of Agriculture intends to procure a quantity of one each of the following two instruments ( or equivalent ) in “tandem”, for use in a research environment: Thermogravimetric Analyzer (manufactured by (TA Instruments ), located in New Castle, Delaware and (Fourier Transform Infrared Spectrometer)- Model 6700 – Manufactured by Thermo-Nicolet, located in Madison, Wisconsin. The following are the minimum requirements for the above two instruments: The above listed TGA and FT-IR instruments are required to work in tandem to provide simultaneous sample mass loss and spectral analysis of gases evolved during thermogravimetric analysis. The FT-IR instrument shall be capable of utilizing a existing and U.S. Dept. of Agriculture owned Thermo Electron TGA/FT-IR Interface Model II for Nicolet FT-IR Spectrometers with a heated transfer line and this system shall recognize spectra and data files from existing Nicolet and TA Instruments TGA. The TGA instrument should allow for a measurable temperature range of ambient to 1200 degrees celcious. This TGA Instrument shall be used for kinetics analyses, a wide range of achievable heating rates is critical. The TGA instrument shall be able to control to heating rates as low as 0.1 degrees celcious per minute, with noise levels over 10 degrees celcious no greater than ( plus or minus) 0.01 degrees celcious per minute (unsmoothed). The TGA shall also be able to control heating rates asa fast as 500 degrees celcious per minute. Examples of data files illustrating this capability shall be supplied and shall be used for verification. Balance Sensitivity: The TGA Balance shall have a sensitivity of at least 0.1 microgram. Examples of data files illustrating this capability shall be supplied and shall be used for verification. The TGA baseline should exhibit less than 10 microgram of drift over the temperature range ambient greater than 1000 degrees celcious (uncorrected) in either air or N2 atmosphere. The TGA isothermal baseline shall drift no more than 5 microgram over 18 hours. The TGA shall include digital mass flow controllers for at least two separate purge gasses, such that the purge gas can be automatically switched via software during the experiment. The flow rate shall also be adjustable via software during an experiment. The flow rates shall be data logged into the resulting date file. Because this inTGA instrument shall be used extensively, and often on a 24 hour basis, it shall come equipped with a robotic autosampler containing at least 20 sample positions. The autosampler shall also include a pn punching mechanism, by which samples can be kept sealed in a hermetic environment, and punched open just prior to loading. This pan punching shall produce a large breach in the pan, rather than a pin-hole, as our materials rely on efficient sample/gas interaction. The TGA instrument shall include some form of automatic variable rate control to improve resolution. The heating rate shall be continuosly adjusted as a function of sample mass loss rate, as opposed to a ‘stepwise isothermal” approach. The TGA instrument shall allow for automatic, unattended calibration of both temperature (curie-point standards) and mass. These calibrations shall be programmable and schedulable from within the operating software, as this TGA shall be used by numerous researchers, it is critical that the analysis software shall be installed on multiple computers. The analysis program shall be un-keyed, and shall include a site-license such that it may be installed on a unlimited number of computers within the U.S. Department of Agriculture. The data file format shall easily alow sharing/transfer of data files as individual electronic documents, which are readable by the same data analysis package. The data analysis program shall also include a.pdf generator, for the efficient export of analysis plots. A trade-in of a TA Instruments Q500 Thermogravimetric analyzer is also required. The FT-IR Minimum requirements are as follows: Shall have the ability to be configured for multiple spectral ranges in the Far Infrared, Mid Infrared, Near Infrared and Ultra Violet-Visible ranges; shall have mirror position accuracy of better than plus or minus 0.2 nanometers, which is critical to produce the highest signal-to-noise ratio for all TGA experiments; Optical Resolution 0.4 cm-1: Peak-To-Peak Noise (1 minute scan) less than 8.68 by 10-6 AU; RMS Noise (1 minute scan) less than 1.95 by 10-6 AU; Ordinate Linearity 0.07 percent T; Wavenumber Precision 0.01 cm-1; Slowest Linear Scan Velocity 0.0016cm per second; Fastest Linear Scan Velocity 8.86cm per second; Number of Scan Velocities 27; Liquid Nitrogen-Cooled Detector Hold Time Minimum 20 hours. FT-IR shall have full utilization of digital signal processor (DSP) for spectrometer control, signal generation and demodulation to improve performance and simplify experiments. Automatic Dynamic Alignment, Tuning and Calibration via an electromagnetic interferometer is critical. Trade-In of an existing Thermo-Nicolet FT-IR instrument, Avatar Model: 370 FT-IR is also required. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before September 7, 2008. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the above requested two instruments meets or does not meets each of the Government’s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is Sept. 8, 2008. All responsible sources may submit a quotation, which shall be considered by the Agency. Add The Following To Description. This field is required. *:
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c90f3c7babf7667edf7276a58b792b03&tab=core&_cview=1)
 
Record
SN01663641-W 20080910/080908222426-c90f3c7babf7667edf7276a58b792b03 (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.