Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

W -- 66 LEASE OF INDUCTIVELY COUPLED PLASMA (ICP) SPECTROMETER SYSTEM SOL N00181-99-Q-0181 DUE 052599 POC Nancy Hayden, (757) 396-8346 E-MAIL: Click here to contact the contracting officer via, nhayden@sy.nnsy.na y.mil. It is the intent of FISC Norfolk, Norfolk Naval Shipyard Annex to Lease an Indusctivity Coupled Plasma (ICP) Spectrometer System as described below. Period of performance shall be for 12 months with (2) one-year options. ITEM 0001: First year effort, 12 months; ITEM 0002: Second year effort, 12 months; ITEM 0003: Third year effort, 12 months. NOTE: Quotations must include prices for all three items. PRODUCT SPECIFICATON FOR AN ICP OPTICAL EMISSION SPECTROMETER 1. SCOPE 1.1 This specification provides the minimum requirements for a dual-view (axial and radial), simultaneous and sequential Inductively Coupled Plasma (ICP) Spectrometer System for the analysis of wastewater, drinking water, and Hazardous Waste. 1.2 The instrument shall be capable of measuring all ICP elements simultaneously. The instrument should have the ability to analyze both the analytical peak and background simultaneously. Over 5000 analytical lines shall be available to the user in the line library (necessary for certain background corrections or the possibility of future analysis requirements). All instrument parameters shall be under complete computer control, including torch optimization. The instrument shall use a state-of-the-art detector, eliminating the need for photomultiplier tubes. 1.3 This specification also includes provisions for technical manuals and personnel training for the operation and maintenance of the system provided. 2. APPLICABLE DOCUMENTS 2.1 Methods for Chemical Analysis of Water and Wastes. United States Environmental Protection Agency, 1994, Method 200.7. 2.2 Guidelines Establishing Test Procedures for the Analysis of Pollutants. United States Environmental Protection Agency, 1994, 40 CFR- Part 136. 3. REQUIREMENTS 3.1 General information and coverage. The equipment shall be one of the manufacturer's current production models, new and unused, capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be complete so that when connected to the utilities provided, it can be used for any function for which it is designed and constructed. 3.1.1 Current production model. The equipment offered shall be a current production model. A current product model is defined as the manufacturer's current production which, on the date this specification is issued, has been designed, engineered and sold or is being offered for sale through advertisements or manufacturers published catalogs or brochures. Products such as prototypes, unproven preproduction model, or a highly modified current model, where major components have been redesigned, do not qualify as meeting this requirement. 3.2 Definition. The equipment shall consist of, but is not limited to, the following principal components, attachments and accessories necessary to meet the requirements specified herein. High energy echelle based thermostated polychromator; State-of-the-art detector (no photomultiplier tubes); RF generator; Axial and Radial viewing plasma; Autosampler; Sample introduction system; Water recirculator; Controller and Microsoft Windows software; Spare parts list. 3.3 Characteristics. The equipment shall provide as a minimum, the capabilties, characteristics and performance specifications described herein. 3.3.1 Performance characteristics. 3.3.1.1 Polychromator type. The polychromator shall use an echelle optical system utilizing a cross disperser and a prism. 3.3.1.2 Optical system. The entire optical system shall be thermostated at a constant elevated temperature. The optical bench shall be shock mounted to the frame of the instrument to eliminate any effect of floor vibration. 3.3.1.3 Detector. The instrument shall use a state-of-the-art detector (no photomultiplier tubes). 3.3.1.4 Radio-Frequency generator. A FCC liscensed radio-frequency generator with free running generator. 3.3.1.5 Plasma source. 3.3.1.5.1 Power control. The instrument shall maintain the plasma power even when changing sample matrices. It shall monitor plasma impedence automatically. This, along with a free running generator, shall allow the analysis of a wide range of sample solutions, from aqueous to organic, and still maintain the plasma. 3.3.1.5.2 System safetys. The system shall monitor water flow, argon pressure, plasma door interlocks and plasma stability. If any of these is interupted, the plasma shall shut down automatically. 3.3.1.5.3 Plasma automation. Control of the plasma shall be fully automated, from ignition to shutdown. Instrument shall allow pre-set ignition times (for warm up) and auto-shutdown times (after analysis). 3.3.1.6 Spectral range. Instrument shall have continuous wavelength coverage from 165nm to 800nm. 3.3.1.7 Resolution. Instrument must have a resolution of <0.008nm at 200nm (or better). 3.3.1.8 Sample introduction system. 3.3.1.8.1 Nebulizer. Shall be of Bergener design (for high solids) and made of Teflon. System shall be able to handle 50%(v/v) solutions of HCl, HNO3, H2SO4, H3PO4 and 30%(v/v) NaOH. Up to 20% NaCl aspirated for one (1) hour should not clog the nebulizer. 3.3.1.8.2 Spray chamber. Shall be of cyclonic design and be completely resistant to most acids, including HF, and all organic solvents normally used in ICP analysis. 3.3.1.8.3 Torch. Shall be a demountable quartz torch with injector tube. The torch shall be mounted on the base with the optical bench and aligned with locating pins to ease re-assembly. Optimization of the torch shall be computer controlled. 3.3.1.8.4 Peristaltic pump. Peristaltic pump shall be at least a three-channel, variable speed, computer-controlled pump. It should be located outside the instrument to avoid any downtime associated with the pump. 3.3.1.8.5 Flow controls. Gas flow rates shall be automatically displayed (plasma, nebulizer, and auxillary) in real time. The nebulizer argon flow shall be computer-controlled using a mass flow controller and should be variable. 3.3.1.9 Autosampler system. Must be a free standing, computer-controlled, programmable autosampler with at least a 200 position tray (all racks included) and one (1)PTFE sample probe. A wash position must also be available. Software should allow for the method name, read delay and number of readings to be assigned. Analyst shall have the ability to select specific elements from a program to be determined for each individual analysis. This shall be shown in the final data. 3.3.1.10 Data system. Data destination should be selectable among the printer, RS-232C communications interface, the hard disk and/or floppy disk. Multi-tasking should allow the analyst to view data (analytical or spectral) or perform other software functions while the autosampler is analyzing samples. Statistical information (mean, standard deviation, etc.) shall be available. Software must have the ability to calculate spike recoveries for quality control purposes. All raw data from an analysis (spectral information) shall be stored to a disk. This information can later be reprocessed by changing background points, correction factors, standards, etc., without the need to reanalyze the samples. Unit should include pre-installed software containing protocol for EPA Method 200.7 (parameters, recommended wavelengths, etc.). All software shall be included upon delivery of the instrument. Quality Control (QC) checking and limits must be incorporated in the software with the ability to recheck QC samples automatically if necessary. System must have the ability to mathematically compensate for a spectral interference by spectral subtraction of the matrix element spectrum from the sample spectrum. 3.3.1.10.1 Central processing unit. The performance of the CPU shall be equal to or exceed that of a Pentium II processor, 64 MB RAM Memory, 3G Hard Disk Drive, 525 MB, inch Tape Drive, 3.5 inch (1.44MB capacity) Floppy Disk Drive and 1-IEEE-488 communications interface. 3.3.1.10.2 Color monitor. The monitor shall be a SVGA. 3.3.1.10.3 Printer. The printer shall be a laser/deskjet printer. 3.3.1.10.4 Keyboard. The system shall be capable of single-keystroke operation. All spectrometer functions and data handling shall be accomplished via keyboard control. 3.3.1.11 Software. Software shall be Microsoft Windows based. Shall have the capability to perform all functions found in section 3.3.1.10 of this specification. 3.3.1.12 Spare parts list. The offeror shall provide with the proposal a list of spare parts recommended for first year maintenance of equipment. The recommended list shall be based on the past replacement rates of parts during the first year's maintenance of the same or similar equipment. The list shall include nomen-clature of the part, drawing/part/model number (as applicable), name of original manufacturer, unit cost and delivery time for each part. 3.3.2 Physical characteristics. Width of instrument should be such that it will fit through a 34 inch door opening. Instrument should be no longer than 60 inches. 3.3.3 Reliability. Instrument must be able to maintain calibration at +/- 10% over an eight hour period. Offeror shall supply a list of current users to provide background information on system performance. 3.3.4 Maintainability. The spectrometer design and configuration shall permit direct access for adjustment/testing/replacement of consumable components. There shall be a minimum of two (2) instate service engineers trained on the system. All parts shall be readily available to service engineer on site within 24 hours of order to eliminate excessive downtime due to shipment of parts. 3.3.5 Environmental conditions. The equipment shall be designed and constructed such that, under the operating and service conditions described herein, the equipment shall not emit hazardous materials as prescribed by federal, state or local statutes in effect at the point of installation. 3.3.6 Design and construction. The system shall be constructed of parts which are new or reclaimed, without defects and free of repairs. 3.4 Documentation. Technical manuals and installation drawings shall be included. 3.5 Logistics. The contractor shall provide complete and total installation and set-up of the equipment provided. Complete installation shall be demonstrated by the contractor by satisfactory operation of the equipment for a period of time sufficient to verify proper installation. 3.5.1 Installation of equipment. The contractor shall provide complete and total installation of the instrument. The contractor shall provide all labor and materials required for a turn-key operating system. This must be demonstrated by the successful processing of environmental samples, by the contractor, in the Environmental Laboratory, without the need for major adjustments during the processing. Electricity, water, and storage area for contractor owned materials shall be provided by the Norfolk Naval Shipyard. 3.5.2 Installation coordination. The contractor shall coordinate the proposed installation schedule with the Environmental Laboratory, Norfolk Naval Shipyard within 45 days after award of the contract. The installation schedule shall be subject to approval of the Environmental Laboratory, Norfolk Naval Shipyard. Approval of the installation schedule shall not relieve the contractor of any responsibilty for performance. 3.5.3 Work hours. Installation of the system shall be accomplished during the normal working hours of the Norfolk Naval Shipyard, which are from 0720 to 1550, Monday through Friday. 3.6 Personnel and training. 3.6.1 On-site training. The offeror shall include in this offer, arrangements for the training of two (2) Designated technical operators in the operation and maintenance of the equipment provided as well as training on the software and/or hardware. The training shall be a minimum of two, eight hour workdays and shall be conducted at the installation site no later than ten (10) working days after installation and acceptance of the instrument. 3.6.2 Training course. The offeror shall provide operator training for two (2) technical operators for at least three (3) consecutive days at the manufacturer's specified location to learn techniques of analysis. 3.7 Precedence. In the event of conflict between the requirements of section 3, functional requirements shall take precedence over physical requirements. If conflicting information exists, the contractor shall notify the contracting agency of each instance. 3.8 Qualification. The contractor shall notify the contracting agency no later than thirty (30) calendar days prior to validation of item performance. Final testing and acceptance shall be performed at the installation site. NOTE: Quality Insurance Provisions Apply -- Interested parties should contact Nancy Hayden @nhayden@sy.nnsy.navy.mil">@nhayden@sy.nnsy.navy.mil or fax request for same to (757) 396-8503. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Registration" applies. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Information can be obtained through Internet at http://ccr.edi.disa.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The associated StandardIndustrial Classification (SIC) code is 3826 and the Small Business Standard is 500 employees. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00181-99-Q-0181 applies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and the Defense Federal Acquisition Regulations Supplement 1998 Edition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 1999) applies with FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (ALT I); 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies and shall include 252.225-7036 (ALT I), Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program ; 252.225-7012, Preference for Domestic Commodities. NNSY's Mercury Free Clause applies. A copy of this clause is available upon request. All offers shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. This procurement is being conducted under Simplified Acquisition Procedures. All quotes must be received no later than 12:00 PM, local time, 25 JUN 99. Responses relative to this solicitation should be faxed to Karen England, (757) 396-8503. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: (1) Company's complete mailing and remittance address; (2) discounts for prompt payment; (3) anticipated delivery of material; (4) Cage code; (5) Dun & Bradstreet number (DUNS); (6) Taxpayer ID number; (7) COMPLETED certification as may be required herein. Numbered note 22 applies. IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations (FAR) @ http://www.gsa.gov/far; 2) Defence Federal Acquisition Regulation Supplement (DFARS) @ http://www.acq.osd.mil/dp/dars/dfars.ht Posted 06/09/99 (W-SN341146). (0160)

Loren Data Corp. http://www.ld.com (SYN# 0111 19990611\W-0002.SOL)


W - Lease or Rental of Equipment Index Page