Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916

Defense Nuclear Agency Field Command, Acquisition Office (FCA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669

66 -- ULTRASOFT X-RAY CALIBRATION SYSTEM SOL DSWA02-97-Q-0102 DUE 090597 POC JoAnn B. Carroll, Contract Specialist, (505) 846-8798, or Patricia M. McDaniel, Contracting Officer, (505) 846-8799 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; quotations are being requested and a written solicitation will not be issued. The Solicitation Number DSWA02-97-Q-0102 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #90-46. The Standard Industrial Code is 3829 and the business size standard is 500 employees. Line Item 001. Ultrasoft X-Ray Calibration System, Austin Instruments Model 5 Multi-anode Ultrasoft X-Ray Source. The salient technical characteristics are as follows: The calibration system shall provide x-rays between 1 to 8 keV; The calibration system shall provide a minimum output of 1.0e12 photons/second/steradian of Al K x-rays at a 6 inch standoff; The anode of the calibration source shall include at least 6 materials including A1, W, Pd, Fe, Titanium, and Cu; The calibration system shall include User's manual one (1); The x-ray calibration system shall have a minimum of two viewing ports of 2.75 inch standard conflat; The calibration source shall come equipped with a vacuum system capable of reaching a minimum vacuum of 1e-6 torr. The vacuum system shall be able to pump down to the minimum vacuum required in less than one hour; The source shall include 5 additional filaments; Anodes shall be selectable while source is operating under vacuum; The system shall include a gas flow proportional counter (Model 04 or equivalent), associated gas flow control system (model 2 or equivalent), and pulse amplifier (model PAL-01B or equivalent). The delivery will be required within 30 days of issuance of a Purchase Order and shall be FOB Destination to Primex Physics International, 2700 Merced Street, San Leandro, CA 94577-0599. Acceptance shall be made at destination. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial items applies. Offerors are required to complete and include a copy of the following provisions with their quotes: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; Clause 52.212-4, Contract Terms and Conditions -- Commercial Items; Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The following additional clauses apply: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act -- Supplies, and 52.225-18, European Union Sanction for End Products; and Defense FAR Supplement (DFARS) 252.211-7003 Brand Name or Equal, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.225-7001, Buy American Act and Balance of Payment Program, and 252.247-7024, Notification of Transportation of Supplies by Sea. Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description for line item 001. Contractor shall provide with their quote, three references of either government agencies or commercial entities having purchased the same or similar item(s). Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. Note 1. Quotes must be received no later than 4:00 PM, local time, on 5 September 1997, at Field Command, DSWA, Acquisitions Office (FCA), Kirtland AFB, NM 87117-5669. The person to contact for information regarding this solicitation is JoAnn B. Carroll, (505) 846-8798 (faxed quotes are accepted at (505) 846-4246 followed by mailed hard copy). The anticipated award date shall be on or before 30 September 1997. All responsible sources may submit a quote which shall be considered by this agency. (0232)

Loren Data Corp. http://www.ld.com (SYN# 0345 19970825\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page