Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

41 -- Differential Scanning Calorimeter (DSC) with Auto Sampler

Notice Date
9/15/2020 7:52:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420R0252
 
Response Due
9/21/2020 2:00:00 PM
 
Archive Date
09/21/2020
 
Point of Contact
Lois Taylor, Phone: 3017446687
 
E-Mail Address
lois.m.taylor1@navy.mil
(lois.m.taylor1@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-20-R-0252 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation.� The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334516. �The SB size standard for this code is 1,000 employees. CLIN0001 � SET-DSCPLUS/SA - SETLINE DSC+ Analyzer, 1 ea. CLIN0002 � SET-DSC/SA - SETLINE DSC Analyzer, 1 ea. CLIN0003 � S60/60214 - Tools Box for SETLINE DSC Rod, 1 ea. CLIN0004 � S60/38725 - Manual Liquid Nitrogen Subambient Temperature Accessory, 1 ea. CLIN0005 � S09/57347 - PC OPTIPLEX SFF Multi-Language with AZERTY Keyboard, 1 ea. CLIN0006 � S09/57349 - Replacement of a AZERTY Keyboard by a Qwerty Keyboard, 1 ea. CLIN0007 � SAV/01/USA - Standard Product Installation, Specification Check and Familiarization with Instrument and Software, 1 ea. Statement of Work (SOW) for Differential Scanning Calorimeters (DSCs) The Chemical and Materials Analysis Branch (R14) was approved and funded through NOSSA�s QETE program to purchase new Differential Scanning Calorimeters (DSCs) to replace existing equipment that cannot be repaired. For some of these instruments, the manufacturer/vendor no longer provides the required parts for repairs. This is a significant issue because, if the instrument(s) stop working, there is no vendor support to fix the instrument(s). These instruments are used for all Navy ammunition and explosives safety testing for scale-up, qualification, and health evaluation during service life. Due to the high versatility and workload of these instruments, we need to ensure we maintain multiple instruments in optimal working order to avoid work delays or stoppages. The salient characteristics for the equipment requested is below: The equipment required consists of one self-contained principal unit with additional accessories to handle the workload. Operational Requirements The unit is meant to replace multiple user-loaded instruments in a busy laboratory. While much work is conducted at 5�C/min, DOD requirements often require heating rates from 0.01 to at least 20�C/min. The considered temperature requirements will be the traditional ambient to 500�C, though vendors may offer line items extending this range. Another typical requirement dictated by DOD requirements is a 48-hour test for isothermal stability with no thermal rise. Baseline precision/drift: Two tests of baseline are requested from the successful bidder. The first is an overlay of 5 runs at 20�C/min from ambient to 500�C, The second is a measure of the drift while holding the instrument at an isothermal temperature of 110�C. Expectations are that the precision is better than the instrumentation being replaced. Temperature precision: The typical calibration practice by the Navy is to calibrate using the sample pan type, heating rate, and gas flow rate as will be done in subsequent experiments via indium and zinc. Most fielded energetic materials show a first decomposition event between these two melting temperatures. After performing the ASTM E 967 and E 968 calibration using these two standards, the successful bid will show testing of tin for melting point range precision. Expectations are to meet/exceed the precision/accuracy reported in in these two methods. Heat flow precision: Endothermic events are thought to be measured more precisely than the exothermic events typical of energetic decompositions. The successful bid will also show in the technical package an overlay of decomposition testing of an available mildly energetic compound such as trityl azide. Expectations are to meet/exceed that reported in ASTM E 537. Calibration set interchange: Different DOD requirements call for differing heating rates/pan types. It is preferable a single auto-sampler sequence can utilize multiple calibration configurations in performing tests within that sequence. Electrical requirement: prefer to operate under standard 120V 15/20Amp circuit. Software All software on the installation must be verified as cyber-safe prior to use by personnel. To that end, it is preferable if there are existing Navy users of the instrumentation software, otherwise it will have to be tested and approved prior to procurement. If such US Navy users are known, please include this in the bid package as an aid to procurement. Another desirable trait of the data acquisition/analysis software package is an automated report generation to include the thermal curve(s), relevant analysis, and instrumentation parameters. These reports are customary for the DSC modules being replaced. In addition to being a report to the thermal analysis lab customer, this report data is captured within the labs searchable databases. While vendors may also have database abilities built into the software, the existing databases are decades old. Robustness/Ease of Maintenance Since the desired instrument is expected to last many years, the successful bid will provide references of users for their instruments use within the explosive and propellant community. The successful bid will also demonstrate years of continuous support for their DSC products. It has been a lost standing practice of the lab to perform as many repairs as feasible with vendor support via phone/email communication. The successful bid will provide how that support works for their company and the usual turnaround time. Where cases extend beyond the range of Navy personnel to perform repairs, the bid package will also provide the customary hourly rate inclusive of travel times for technical service calls. Although care is taken to protect the instrumentation, it is expected that multiple cells/furnaces will necessarily be procured during the lifetime of the instrument. The bid package will also provide the cost of replacement cells and whether cell replacement requires vendor field services to maintain warranties. While it will not be considered as part of the total cost of ownership, some vendors provide preventive maintenance packages. Such information of package details/costs is requested. Once out of warranty, such packages may be considered by the command for cost/benefit analysis. The ability to perform most maintenance by the end-user is desirable. If that cannot be performed, the successful offer will ensure that vendor-supplied maintenance can be performed in a timely fashion via local technicians. Ancillary equipment At present, it is anticipated the instrument will use an existing computer running Windows 10 for data acquisition through Ethernet cabling. Should there be specific needs by the instrument to conduct experiments/analyses, please provide specifications or include the cost of a new data system as part of the quotation. The existing equipment also uses a nitrogen generator to provide flow to cells/furnaces. Please provide information as to the instrumental requirements, and if necessary what the cost would be to make the procured system turnkey operable. All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 �Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. ����������������������������������������������������������������������� Points of contact: Contract Specialist/Administrator: Michelle Taylor, Civ, Telephone: (301) 744-6687 E-Mail: lois.m.taylor1@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions/clarification regarding this solicitation must be submitted via email to lois.m.taylor1@navy.mil by Thursday 17 September 2020 12:00 PM EST. 5) Email offers will be accepted. Response Time- Request for Quotation will be accepted not later than 1700 (5:00 p.m.) Easter Standard Time on 21 September 2020. All quotes must be marked with RFQ number and title.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/feb385c390bd41678de53f306d6bf64a/view)
 
Place of Performance
Address: Indian Head, MD 20640-5116, USA
Zip Code: 20640-5116
Country: USA
 
Record
SN05798191-F 20200917/200915230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.