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