|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311Department of the Treasury (DY) -- US Customs Service, Field
Procurement Services Group, 6026 Lakeside Blvd., Indianapolis, IN
46278 66 -- FT-IR MICROSCOPE/SPECTROMETER SOL CS-I-99-014 DUE 040199 POC
Patricia Startzman, Contract Specialist, 317-298-1180, ext 1120;
Contracting Officer, Lee Sullivan, 317-298-1119 This is a modification
of the combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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-99-014,
is issued as a Request for Proposal, and incorporates provisions and
clauses that are in effect though Federal Acquisition Circular, 97-16.
The standard industrial classification code is 3826, with a small
business standard of 500 employees. The proposed contract will include
one contract line item (CLIN); one each FT-IR Microscope with all
attachments, accessories, including computer, monitor, printer, and
software. This instrument will function as (1) a fully automated
research microscope to identify multi-layer materials in the analysis
of textile, plastic, and coating samples without the need of physical
or chemical separation. (2) include a research-rade FT-IR spectrometer
which interfaces with a Windows NT computer system with the following
specifications: a. vibration isolated optical bench; b. dual level,
optical bench with up to four equivalent output beam paths; c.
uniformed distribution of IR intensity; d. iris aperture pre-otpics
include a variable j-stop and a variable B-stop in 0.01 increments; e.
interferometer to provide immunity to alignment errors; f. FR-DTGS to
be thermo-electrically cooled and temperature stabilized; g. otpics
required to attach microscope; h. OPD velocity digitally selectable
between 0.05 and 5.0 cm-1 with interchangeable beamsplitters, multiple
sources, and detectors; i. Spectral resolution to isolate absorbance
bands. Variable resolution in 0.01 cm -- 1 increments; j. validation
for component and system diagnostics; k. optical alignments to be
automatic; l. minimum specifications for noise are 45,000/1 rms, 9000/1
peak to peak for five second measurement and 180,000/1 rm, 360,000 peak
to peak for a one minute measurement. Measurements to be made a a
minimum of 4 cm-1 spectral resolution with strong apodization; m.
Ordinate linearity to be a minimum of 0-3 absorbance units with FR-DTGS
detector using a pathlength plot on a 1987cm-l band of cyclohexane; n
110-120/220V; (3) The software is to allow the analyst to identify a
multi-layer sample unattended including the automatic adjustment of the
aperture, auto focusing and correction. (4) Software to collect data,
control spectrometer function, post-run data manipulation, processing
and building reports. Software completely controls instrument,
including alignment and trouble shooting, diagnostic and maintenance
functions. (5) Databases to include Dyes; Dyes, pigments & stains;
Fibers/Textile Chemical; automobile paint chips; rubber chemicals; atr
of polymers; pyrolyzates of polymer library; pyrolyzates of polymers
library; Canadian forensic library; and food additives as a minimum
requirement. (6) Installation and training (minimum of four hours) (7)
The equipment is to be delivered FOB destination within consignees
premises within 30-60 days of contract award. (8) Minimum of one year
warranty to be provided. Two copies of descriptive manuals to be
provided and on-disk tutorials desired. (9) Two copies of descriptive
literature shall be provide with offeror's proposal. (10) All
electronic parts must be Y2K compliant. The following FAR clauses and
provisions apply: 39.106, Y2K compliance; 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 -- Commercials
Items; 52.212-4, Contract Terms and Conditions -- Commercials Items;
52.212-5, Contract Terms and Conditions Required to Implement statues
or Executives Orders -- Commercial Items, will apply to the resultant
contract, 52.203-6, 52.219-8, 52.222-26, 52.222-35,
52.222-36,52.222-37, and 52.225-3. All offerors must include a
completed copy of FAR 52.225-3 with their offer. As this is a
commercial item, FAR 12.603(c)(3)(ii) will be utilized to establish the
solicitation response time. The following clause is added to the
solicitation by addenda: TAPR 1046.673, Inspection Acceptance, and
Receiving Reports. All responsible sources may submit an proposal which
will considered by the agency. Posted 03/24/99 (I-SN311980). (0083) Loren Data Corp. http://www.ld.com (SYN# 0290 19990326\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|