|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1996 PSA#1565Department of the Treasury (DY), US Customs Service, Field Procurement
Services Group, 6026 Lakeside Boulevard, Indianapolis, IN 46278 66 -- ENERGY DISPERSIVE X-RAY FLUORESCENCE SPECTROMETERS SOL
CS-I-96-017 DUE 032296 POC Contact Point, Eva Roberts,
(317)298-1180x1127, Contracting Officer, Lee Sullivan,
(317)298-1180x1119 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, CS-I-96-017, is issued as a request for proposal,
and incorporates provisions and clauses that is in effect through
Federal Acquisition Circular 90-37. The standard industrial
classification code is 3826, with a small business standard of 500
employees. The proposed contract will include two contract line items.
The CLIN are as follows: CLIN 0001--Base Period--July 1, 1996, or date
of award, whichever is later, through September 30, 1996; The
contractor shall provide one spectrometer as required in this
solicitation. CLIN 0002--Option Period--October 1, 1996 through
September 30, 1997; The contractor shall provide one spectrometer as
required in this solicitation. The description for the spectrometers
are as follows: 1.--The Office of Laboratories and Scientific Services
of the U.S. Customs Services has a requirement for a new energy
dispersive x-ray fluorescence spectrometer for qualitative,
semi-quantitative, and quantitative analysis of ferrous and non-ferrous
metals and metal products, ores, ceramics and metallic organic
compounds in Chapters 25, 26, 28, 68, 69, and 72-83 of the Harmonized
Tariff Schedule. The spectrometer will also be used for developing
methods of analysis. 2.--The spectrometer must be a new ''off the
shelf'' (commercially available) instrument capable of analyzing
elements from atomic number 9 (fluorine) and above. The spectrometer
shall have an automatic sample changer that is able to hold a minimum
of 10 samples. The sample changer shall be controlled so that it can
rotate to a specific sample position when desired, and it shall be in
a vacuum chamber. The x-ray tube shall also be temperature stabilized
by a recirculating cooling system or air-cooled by convection. 3.--The
x-ray fluorescence spectrometer shall be equipped with a PC-based
computer (minimum 486 DX). The x-ray fluorescence spectrometer, PC and
x-ray fluorescence software package that controls the instrument shall
be multi-tasking and windows-based. Multi-tasking capability is defined
as the ability of the x-ray instrument, PC and x-ray fluorescence
software package to simultaneously acquire spectra while processing
previously acquired spectra. The spectrometer must also have a data
transfer module with electronics, computer interface, power supply, and
multi--channel analyzer. The computer shall have a hard disk of at
least 200 MB, 3.5 inch and 5.25 inch H.D. floppies, 8 MB RAM, and a
color monitor. It shall also have a high speed color graphics printer
with parallel interface and cable. The computer shall be programmed
with software capable of spectral processing, qualitative analysis,
quantitative standardless analysis, full-standards quantitative
analysis, match to standards quantitative analysis, and multi-element
analysis. It shall be capable of having a real-time display of data as
the data is being collected, and shall also have a cartridge tape
back-up system with a capacity of at least 250 MB to prevent loss of
data. 4.--The energy dispersive x-ray fluorescence spectrometer shall
be an ''off-the shelf'' standard model currently in production. 5.--The
contract must include a one year warranty on parts and labor. Inside
delivery and installation shall also be included. Informal training and
instruction lasting a minimum of four (4) hours shall be provided to
five (5) staff members at the time of installation.6.--Two copies of a
descriptive manual shall be furnished including, but not limited to,
on-disk tutorials. The vendor shall also keep the receiving laboratory
informed of any changes or revisions in any of the software packages
purchased. A tuition free, formal training course shall be provided by
the manufacturer for at least two (2) persons. This course, lasting
3--5 days, shall be conducted at the manufacturers's facility by
persons having a proficiency in x-ray fluorescence techniques. A
syllabus of training shall be provided with the bid. 7.--Delivery shall
be 60 days, but not to exceed 90 days from the date of the award.
8.--Preventive maintenance for the first year shall be provided at no
charge. CLIN 0001 will be delivered FOB destination within consignee's
premises to U.S. Customs Laboratory, 6 World Trade Center, Code 2086,
New York, New York 10048, within 60--90 days after contract award.
CLIN 0002 will be delivered FOB destination within consignee's premises
to U.S. Customs Laboratory, 630 Sansome Street, Room 1429, San
Francisco, California 94111, within 60--90 days after contract award.
The following FAR clauses and provisions apply: FAR 52.212-1,
Instructions to Offerors--Commercial Items; 52.212-2,
Evaluation--Commercial Items; with the following evaluation criteria;
awarded to a technically acceptable offeror, at fair and reasonable
prices; 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 Statues or Executive Orders--Commercial Items.
The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders--Commercial Items, will apply to the resultant contract:
52.203-6, 52.203-10, 52.219-8, 52.219-9, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, 52.225-19, and
52.225-21. All offerors must include a completed copy of FAR 52.212-3
with their response. Because this is a commercial item, FAR
12.603(c)(3)(ii) will be used for establishing the solicitation
response time, rather than the time established in Note 22, which, in
this instance, is not applicable to this commercial acquisition. Offers
are due to the Contracting Officer on May 28, 1996, 4:00 p.m., (local
time), at the U.S. Customs Service, Field Procurement Services Group,
6026 Lakeside Boulevard, Indianapolis, Indiana 46278. The following
clause is added to the solicitation by addenda: TAPR 1046.673,
Inspection Acceptance, and Receiving Reports. All responsible sources
may submit an offer whech will be considered. (0092) Loren Data Corp. http://www.ld.com (SYN# 0231 19960402\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|