Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1995 PSA#1430

Phillips Laboratory/PKO, Directorate of Contracting, Operational Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB NM 87117- 5777

66 -- SPECTROMETER, FOURIER TRANSFORMER INFRARED SOL F29650-95-B0029 DUE 101095 POC Jim Sullenberger, Contract Specialist, 505-846-2201; Vivian C. Jaramillo, Contracting Officer, 505-846-2201. The Air Force Phillips Laboratory, Directorate of Contracting, Kirtland AFB, New Mexico, will issue a solicitation for a Fourier-transform Infrared (FTIR) spectrometer. The Government contemplates a sole source award in this acquisition based upon responses to a Sources Sought Synopsis published in the CBD on 11 Aug 95. Award is contemplated to Bomam, Hartmann and Braun, 450 Ave St-Jean-Baptiste, Quebec (Quebec), Canada G2E5S5. Model number DA8PC.3SCV. Brand name or equal. See note #22. Other firms desiring consideration shall fully identify there capability to meet the required specifications. The FTIR system shall meet the following minimum specifications: Spectral coverage of the instrument shall be expanded to cover the range from 4 to 55,000 cm-1 by the addition of light sources, beamsplitters and detectors. These accessories shall be exchanged without re-alignment. The spectrometer (interferometer) shall be based on a flat mirror design with real-time dynamic alignment for optimal optical modulation throughout the full spectral range. The instrument shall provide a double sample compartment, an emission port and three parallel output beams. The instrument shall be evacuable to levels less than 0.02 torr. Selection between vacuum and purge shall be done under computer control. Sample change shall be performed without breaking the vacuum of the interferometer. The software shall be Microsoft Windows that include a multi-format post processing facility allowing the import of spectra from various analytical instruments. The software shall include a built-in programming language allowing the design of custom post-processing functions. The link between the instrument and the host computer shall be ThinWire Ethernet for remote control of its operation from distances (up to 1000 feet away) using standard network coax type cabling. Footprint shall be no more than 1 square meter of floor space. The instrument shall cover the spectral range from 30 to 600 cm-1 without breaking vacuum to ensure a continuous spectrum. The instrument shall be secred on a commercial optical table for vibration isolation and for coupling to electro-optical equipment. The manufacturer shall include a separation kit allowing the instrument to be installed on the optical table. The instrument shall be able to record the phase correction using test sources and use it to perform the phase correction on spectra with no continuum, and featuring narrow and weak emission lines. This system shall be used to extend the measurements from optical absorption to photoconductivity, photoluminescence, photoluminescence excitations, Raman, and reflectance Fourier-Transform spectroscopies. The manufacturer shall install the equipment, conduct operational testing and train two (2) Government personnel in the operation of the equipment prior to acceptance by the Government. Provide a two year on-site warranty with technical assistance for the instrument, computer and software starting from the date of acceptance. The manufacture shall provide one week of training at the company site for two people. The instrument shall contain the following: (a) Michelson Interferometer with 8 cm diameter beam,, (b) dynamic alignment subsystem providing self alignment after beamsplitter change and setup, optimal optical modulation at all wavelengths and resolutions, and select appropriate option for desired spectral resolution limit, (c) high intensity mid-infrared source, (d) visible quartz halogen source, (e) kinematics mounts for beamsplitter, (f) 10 cm KBr beamsplitter, (g) one emission input port for customer supplied sources or for emission work. The emission port and internal light source selection mirror shall be motorized. This selection shall be done without realignment, (h) purgeable and evacuable interferometer and sample compartments, (i) He-Ne reference laser, (j)16 bit, 120 Khz ADC with programmable bandpass filtering circuit (k) detector preamplifier output configured in full differential mode with built-in programmable gain switching amplification stage, (l) MCT detector with a module, (m) data acquisition and microprocessor based control electronics, (n) on-board Array Processor, on-board 80486 type controller complete with a minimum of 1 Mega points (8 MBytes) of co-adding RAM (expandable to 4 Mega points), and on-board controller/vector processor that shall perform the following functions: interferometer control, data acquisition, co-adding, numerical filtering, apodiation, and fast Fourier-transform, (o) interface for ThinWire Ethernet protocol ready to be interfaced to PC486 host computer and analytical software package for IBM-PC computer. The analytical software package shall include the following: Microsoft DOS version 5.0 or above, Microsoft Windows Version 3.1 or above, PCDA acquisition program, Collection of Array Basic compatible functions specific to DA data processing (supplied with PCDA program disk), GRAMS Level II post processing software with data exchange driver for the PC acquisition and control software, Thin Wire Ethernet ISA interface board (to be used only for the interconnection to the interferometer), and instruction manuals for installation and operation, (p) spare parts kit including light source elements and other consumables, tool kit (Allen key set, laser attenuator, etc.), interferometer instruction manuals, and operator's Manuals. To be delivered to Kirtland AFB, NM. Invitation for Bid F29650-95- B0029 will be issued on or about 21 Sep 95. Date set for opening of bids will be on or about 23 Oct 95. To be awarded on or about 13 Nov 95. Delivery 90 calendar days after award of contract. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the bid advertising phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential bidders when a bidder prefers not to use established channels to address concerns during the bid adverting phase of the acquisition. Potential bidders should use established channels to request information, pose questions, and voice concerns before contacting the Ombudsman. For serious concerns only, potential bidders are invited to contact the PL Ombudsman, Colonel James Ledbetter or alternate Bruce Grunsten, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5776. Firms responding to this announcement should indicate whether they are or are not a Small Business, an 8(a) firm, a Socially and Economically Disadvantaged firm or a Woman-owned business. Contractors must indicate their size qualifications under SIC code 3674, Size Standard: 500 employees. (0254)

Loren Data Corp. http://www.ld.com (SYN# 0244 19950912\66-0027.SOL)


66 - Instruments and Laboratory Equipment Index Page