Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1998 PSA#2109

Department of the Treasury (DY) -- US Customs Service, Field Procurement Svcs. Group, 6026 Lakeside Blvd, Indianapolis, IN 46278

66 -- INDEFINITE-DELIVERY/INDEFINITE-QUANTITY (ID/IQ) FOR SEQUENTIAL X-RAY SPECTROMETERS SOL CS-I-98-008 DUE 062498 POC Eva Roberts, Contract Specialist, 317-298-1180x1127, Lee Sullivan, Contracting Officer, 317-298-1180/1119 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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-98-008, is issued as a request for proposal, and incorporates provisions and clauses that are in effect through Federal Acquisition 97-04. The standard industrial classification code is 3826, with a small business standard of 500 employees. The proposed contract will include four contract line items (CLIN). The CLINs are as follows: CLIN 0001 -- Base Period -- August 1, 1998, or date of award, whichever is later, through September 30, 1998; The contractor shall provide one spectrometer as required in this solicitation. CLIN 0002 -- Option Quantity 01 -- October 1, 1998 through September 30, 1999. The contractor shall provide a minimum quantity of one spectrometer, a maximum quantity of five spectrometers as required in this solicitation. CLIN 0003 -- Option Quantity 02 -- October 1, 1999 through September 30, 2000. The contractor shall provide a minimum quantity of one spectrometer, a maximum quantity of five spectrometers as required in this solicitation. CLIN 0004 -- Option Quantity 03 -- October 1, 2000 through September 30, 2001. The contractor shall provide a minimum quantity of one spectrometer, a maximum quantity of five spectrometers as required in this solicitation. 1. The U.S. Customs Service has a need for an off-the-shelf wavelength dispersive automated sequential x-ray spectrometer. The instrument must have a windows generated multitasking software package (Windows 95 or Windows NT). The data system shall use a personal computer with built in hard disk and floppy disk. The computer shall be equipped with a color printer and a monitor with at least a 17 inch color display screen. 2. This instrument shall have a minimum of 4 KW frequency x-ray generator 200 V/35A minimum, a 4 KW x-ray tube and a 150 ma x-ray generator. It shall have a sample holder capable of holding at lease 6 samples and have vacuum/air atmosphere and a helium atmosphere connection for analyzing powder and liquid samples. The x-ray tube shall be above the sample so that liquid samples will not leak onto the detector. 3. The instrument shall have crystals capable of analyzing elements from boron to uranium, including, but not limited to LIF (200), LIF(220), and PET. The spectrometer shall be capable of qualitative and quantitative analysis of the following products listed in the Harmonized Tariff Schedule: mineral products of Chapter 26, artificial stone, building stone, cement, plaster, asbestos, mica or similar materials of Chapter 68, ceramics of Chapter 69, glassware of Chapter 70, base metals and articles of base metals of Chapter 72 through Chapter 83. 4. The system shall be sensitive enough to detect trace elements in forensic studies, inorganic elements in organic samples including chemicals, pigments (in liquid and powder form), and samples involved in safety and health inventions. 5. Any necessary equipment such as a heat exchanger, computer boards, multitasking software, communication software (including any necessary cables), and a wavelength book with 2 theta tables shall be included. 6. The contractor shall provide two types of training as part of delivering the wavelength dispersive automated sequential x-ray spectrometer. The contractor shall provide informal training, on site, at the applicable Customs Service Laboratory at the time of equipment installation. The informal training shall be provided to a minimum of two Government employees. The duration of the training shall be a minimum of four hours and provide basic operating instructions on the equipment. The contractor shall include a description of the informal training in their proposal. The contractor shall provide formal training to a minimum of two Government employees at no additional cost. The formal training shall occur within 120 to 150, or no later than one year after installation of the equipment. The contractor shall provide this proposed training schedule and a syllabus of the training in his proposal. The formal training course, lasting three to five days, shall be conducted at the manufacturer's facility by persons having a proficiency in x-ray spectroscope. 7. Two copies of descriptive manuals shall be furnished, including but not limited to on-disk tutorials with proposal. 8. The contractor, consistent with industry practices, shall provide a minimum of a one year warranty on the equipment. The contractor shall submit a copy or description of the warranty in their proposal. The contractor shall provide a commercial price list with the proposal. Delivery shall be FOB destination inside consignee's premises at the following addresses: (1) U.S. Customs Service, 610 South Canal Street, Suite 1100, Chicago, IL., 60607 (the first spectrometer will be delivered in Chicago). (2) U.S. Customs Service, 300 South Ferry Street, Suite 1300, Terminal Island, CA., 90731; (3) U.S. Customs Service, 423 Canal Street, Room 326, New Orleans, LA.,70130; (4) U.S. Customs Service, 6 World Trade Center, Code 20867, New York, NY, 10048; (5) U.S. Customs Service, 630 Sansome Street, Room 1429, San Francisco, CA., 94111; (6) U.S. Customs Service, 607 Abercorn Street, 3rd Floor, Savannah, GA., 31401. Delivery shall be within 120 -- 150 days after contract award, or issuance of delivery order, FOB destination within consignees premises. 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; award will be made 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, 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. 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. Offers are due to the Contracting Officer on June 24, 1998, 3:00 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 which will be considered by the U.S. Customs Service. (0153)

Loren Data Corp. http://www.ld.com (SYN# 0287 19980604\66-0014.SOL)


66 - Instruments and Laboratory Equipment Index Page