Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

66 -- INDUCTIVELY COUPLE PLASMA (ICP) SPECTROMETER

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0306
 
Response Due
9/12/2009
 
Archive Date
10/14/2009
 
Point of Contact
venita harmon 904-542-1229
 
Small Business Set-Aside
N/A
 
Description
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 ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-09-T-0306 and is issued as a Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American ry Classification System (NAICS) code is 334516 and the business size standard is 500 Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items. This procurement is not set a side for small business 01. INDUCTIVELY COUPLE PLASMA (ICP) SPECTROMETER 1 EA STATEMENT OF WORKSPECIFICATIONS FOR INDUCTIVELY COUPLED PLASMA (ICP) SPECTROMETER 1.ICP Spectrometer Specification Requirements: The Materials Engineering Laboratory (FRCSE JAX) has a requirement for an Inductively Coupled Plasma (ICP) Spectrometer. The ICP Spectrometer provides unique capabilities necessary to support current workload and future potential workload requirements. The ICP Spectrometer must meet or exceed the following specification requirements. 1.1The ICP Spectrometer must be a dual view spectrometer with mass flow controllers (MFC) gas system. The instrument must be a bench mounted simultaneous ICP Spectrometer, based on an RF induced plasma emission source, a purged Echelle polychrometer, and Charged Injection Device (CID) array detector. 1.2The ICP Spectrometer must have a solid state, free running RF generator providing power for the plasma via a load coil around the standard radial torch configuration. The RF generator must be fully interlocked for safety and convenience. The plasma must be ignited and extinguished via full control of the operating software. 1.3The ICP Spectrometer nebulizer, plasma, and auxiliary gas to the sample induction system must be supplied and controlled via independent mass flow controllers. All mass flow controllers must be controlled via the PC user interface. The system must be fully interlocked against gas failures. 1.4The ICP Spectrometer dual plasma viewing system must provide both axial and radial torch views. Must be able to automatically optimize the axial viewing position and automatically change the viewing system within a method. The plasma configuration must be contained in an enclosure with safety viewing window and fast access, fully interlocked door. The ICP Spectrometer must have a four channel, 12 roller peristaltic pump under full computer control feeding a standard glass cyclonic spray chamber via a glass concentric nebulizer. 1.5The ICP Spectrometer collection optics must provide automatic entrance slit control to the thermostatted and purged Echelle polychromator. The purge gas (Argon or Nitrogen) must have a comprehensive flow control and adjustment for the fastest purge down time (roughly one minute), while maintaining minimum gas usage. 1.6The ICP Spectrometer Echelle polychrometer must have an effective focal length of 38mm, and is thermostatically controlled to 38C. Dispersion must be provided by an Echelle diffraction grating with at least 77 lines/mm. A cross-dispersing prism provides the spectral image to the CID array detector. Resolution must meet or exceed 0.009nm at 200nm. 1.7The ICP Spectrometer random access CID imager must provide full wavelength coverage from 165nm to 785nm, and must be cooled to -45C via a triple stage Peltier cooler. The entire camera must be purged with filtered gas and features ceramic PCB technology to ensure high purity gas and extended camera lifetime. 1.8The ICP Spectrometer coolant gas flow must be supplied from an external recirculator and must have a full flow interlock within the spectrometer. 1.9The ICP Spectrometer must include an accessories package to accommodate samples with high solids. The package must include a torch, centre tube, spray chamber adaptor, organics spray chamber, salt nebulizer, ball joint clip, pump sample and drain tubing. The ICP Spectrometer must include an accessories package to accommodate samples with Hydrofluoric Acid (HF). The package must include a torch, centre tube, spray chamber adaptor, HF spray chamber, appropriate mist nebulizer, ball joint clip, pump sample and drain tubing. 1.10The ICP Spectrometer must include software for operation of the instrument, which must control all of the necessary functions required for normal operations of the instrument (control of torch, control of plasma, control of mass flow controllers, control of auto-sampler, etc.). The operating software must provide an easy to navigate platform that allows operators to add wavelengths, create methods, analyze samples, and post process data. Special features and full frame imaging must allow the operator to digitally capture and record the entire spectrum of any or all samples for data analysis and storage. The ICP Spectrometer must have all computer hardware required for operation, to include computer, monitor, keyboard, mouse, printer, and any other required controls. The monitor must measure at least 19" diagonally and must have a minimum resolution of 1280 x 1024 pixels, which must be supported by the computer hardware and the instrument software. The computer must have a CD-ROM drive, a hard drive with at least 120GB capacity, and USB ports for use of portable storage media. 1.11The ICP Spectrometer must have an auto-sampler which can be fully controlled by the operating software. The instrument must be suitable for 100-240V, 50/60Hz operation from a single phase 30A supply. The instrument must have an appropriate water re-circulator (230V/60Hz) with required tubing. 1.12Delivery and Installation: The ICP Spectrometer and all required components will be delivered to the Materials Engineering Laboratory, FRCSE JAX within 8 weeks of the contract award date. The contractor will provide an installation requirements document to the Government at least 30 days prior to delivery of the ICP Spectrometer. The Government shall be responsible for installation or verification of all required utilities, and site preparation before the delivery of the ICP Spectrometer. The contractor shall be responsible for the unpacking and installation of all components of the ICP Spectrometer. 1.13 Training: In-depth training of three Government employees (Materials Engineering Laboratory, FRCSE JAX) will be provided by the contractor on the ICP Spectrometer and shall be included in the overall system cost. This training will consist of both on-site training (FRCSE JAX) as well as system specific in-house training provided at the contractor's training facility. The on-site training will cover system operation, preventative maintenance, and basic troubleshooting. The contractor's in-house training will cover advanced system operation, in-depth maintenance and troubleshooting. 1.14Maintenance: The contractor shall provide a list of all user required (consumable) parts, and a complete set of such parts adequate to provide for a routine one year operational period. Such parts will be included in the over-all instrument cost. The contractor will provide a statement as to the method of providing service to the instrument, including location of contractor service personnel, contact information, and contractor response time. 1.15Government Acceptance: The contractor must submit a plan for Government review/approval to test and validate each of the specification requirements stated herein. The contractor will provide this validation plan to the Government at least 30 days prior to delivery of the ICP Spectrometer. The contractor shall perform the testing in accordance with the approved validation plan. A designated Government technical expert will oversee and verify satisfactory completion of the validation plan. The validation plan will be the technical guidelines used to determine Government acceptance of the ICP Spectrometer. 1.16Warranty: The ICP Spectrometer and all associated accessories must be offered with a complete parts and service warranty for a minimum of one calendar year from the Government acceptance, in-service date (not date of instrument delivery). 1.17Removal and Proper Disposition of Existing Spectrometer: In order to exercise good environmental stewardship, the contractor will remove the existing spectrometer and appropriately reuse/recycle as many components thereof as economically feasible to avoid landfill disposal. Credit for such reuse/recycling shall be applied towards the cost of the new spectrometer to the maximum extent possible. For delivery to FRC-SE, bldg 110 door 16, NAS Jacksonville FL 32212 The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.211-7003 Item Identification and Valuations Jan 2004), (252.212-7001, Contract Terms and Conditions Required to Im! plement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 9:00 a.m. SEPT 12, 2009. Quotations must be in writing and may be faxed or mailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883609T0306/listing.html)
 
Place of Performance
Address: FLEET AND INDUSTRIAL SUPPLY CENTERBLDG 110/3NAVAL AIR STATION, JACKSONVILLE, FL
Zip Code: 32212
 
Record
SN01932610-W 20090830/090829011126-9433e66a58a9761be1dc630b6ca88836 (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.