Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1996 PSA#1565

Department 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