Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave, Bldg 2B, Philadelphia, PA 19111-5083

66 -- THERMOMECHANICAL ANALYZERS SOL N00140-99-Q-3832 DUE 083099 POC Point of Contact -- M. Pressley, Contract Specialist, 215/697-9683,Contracting Officer, J. O'Sullivan E-MAIL: CLICK HERE TO CONTACT THE BID OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00140-99-Q-3832 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5. This solicitation documents and incorporates provisions and clauses in effect through FAC 97-12 and DFARS 19990722. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The SIC is 3823 and the Small Business Standard is 500. This is a competitive, unrestricted action solicited on a BRAND NAME OR EQUAL basis. The FISC Detachment Philadelphia requests responses from quali fied sources capable of providing T A Instruments, Inc., New Castle, DE, Dynamic Mechanical Analyzer (DMA) 2980 OR EQUAL: 0001 Module 2940 Thermomechanical Analyzer OR EQUAL -- Temperature Range is -150 to 1000 C as supplied. Automated furnace and probe movement. Automated sample dimension measurement. Automated air cooling. Includes instruction manual and accessory kit. Accessory kit includes coefficient of expansion calibration standard, standard expansion probe, penetration probe, macro expansion probe and quartz sample stage. A flow meter is recommended but not included; 0002 Calibrated Flow Meter OR EQUAL -- For purge gas regulation (14.8-148 mL/min.air). Includes a fine adjustment needle valve at inlet, stainless steel float, R-2-15-AAA tube, IN/OUT connections in back, brass fittings for 1/4 inch I.D. hose, tripod base with level. 25 feet of 1/4 inch tygon tubing included; 0003 High Resolution TGA 2950 OR EQUAL -- Research Grade High Resolution Thermogravimetric Analyzer. Range: Ambient to 1000 C . Heating rates of 0.001 to 200 deg/min. Sensitivity is 0.1 microgram. Sample capacity is 1.0 gram excluding the sample pan. Auto-switching dual range balance can weigh up to a continuous 1 gram weight loss. Automated sample pan loading and unloading, automated furnace movement, automated air cooling. The High Resolution capability includes our patented dynamic heating rate, constant reaction rate, automated step-wise isothermal heating rate and linear heating rates. Field upgradeable to robotic autosampler and Modulated TGA mode. Accessory kit contains three 100 microliter platinum sample pans, three 100 microliter ceramic pans, vial of calcium oxalate monohydrate, nickel curie point standard, magnet, magnet case, spatula, brass tweezers, 7/64 inch ball driver, 0.05 inch ball driver, rubber plug, two sample hang-down wires and two rare hang-down wires. Requires dual flow-meter for purge control. Special Evolved Gas Analysis (EGA) Furnace available for doing FT-IR or MS combined techniques; 0004 Cali brated Dual Flow Meter OR EQUAL -- For purge gas regulation (14.8-148 mL/min. air). Includes a fine adjustment needle valve at inlet, stainless steel floats, two R-2-15-AAA tubes, IN/OUT connections at back, fittings for 1/4 inch I.D. hose, tripod base with level. 25 feet of 1/4 inch tygon tubing included; 0005 Thermal Analyst 5100 OR EQUAL -- Thermal Analysis Controller based on a Windows NT 4.0 operating system. Includes Dual Module thermal Solutions Instrument Control (GUI) for any 2X00 module. Includes the new 32-bit Thermal Solutions Universal Data Analysis Program for analyzing data files from any DuPont or TA Instruments equipment. Most comprehensive analysis program available with over 107 user selectable icons for the customizable toolbar. Standard cut and paste features. Provides ability to generate and export ASCII data files, spreadsheet text files, PCX and HPGL graphics files. Includes new autoanalysis capability and autoqueing for productivity enhancement. Includes IBM computer with 400 MH z PentiumII processor, 100 MHz bus, sound card, 512 KB, L2 cache, 32X CD-ROM drive, 4 MB Video RAM, 96 MB RAM, 1.44 MB floppy and 4.2 GB hard drive. Includes integrated 10/100 Ethernet with Wake on LAN network interface. Includes internal 100 MB Zip drive for long term data storage. The analysis program is not keyed and can be installed on desktop computers with Windows 95 or Windows NT provided a CD-ROM drive is available; 0006 HP 694 Color Inkjet Printer OR EQUAL; 0007 17" Viewsonic Perfect Sound Multimedia Monitor OR EQUAL -- 17" color monitor with high fidelity dome speakers integrated into the bezel of the monitor and built in microphone. 0.27 mm dot pitch, Super Contrast screen, Anti-glare coating and Invar Shadow mask for sharper images. Displays 1024 X 768 pixels at 86 Hz refresh and 1280 X 1024 pixels at refresh rates as high as 160 Hz; 0008 thermal Solutions for Windows NT Accessory Kit OR EQUAL -- Includes the Thermal Solutions Software CD and Getting Started Manual; 0009 Computer Accessory K it OR EQUAL; 0010 Dynamic Mechanical Analyzer, DMA 2980 OR EQUAL -- Provides viscoelastic measurements on materials from 1000 Pa to 1000Gpa. Temperature range -150 to 600 deg C. Frequency range 0.01 to 200 Hz. Force range 0.0001 to 18 Newtons. Amplitude range 0.5 to 10,000 microns with resolution to 1 nanometer over entire 25mm of drive shaft travel using a linear optical encoder. A patent pending "frictionless" drive shaft supported by eight graphite air bearings and a non-contact drive motor is a key design element. This new design provides ultra sensitive force measurements down to 0.0001 Newtons which is ideal for films, fibers, and other materials with low stiffness. The highest force level available (18 Newtons) provides the ability to test high modulus materials accurately. The system is designed with automated furnace movement, and easy clamping accessibility. Includes 35mm dual cantilever bending fixture, digital calipers, steel standards and torque meter; 0011 Three Point Bending Kit for DMA 2980 OR EQUAL -- Kit includes fixture for 20 mm and 50 mm sample lengths. Width to 15 mm and thickness to 5 mm; 0012 Film & Fiber Tension Kit for DMA 2980 OR EQUAL -- Kit includes one set of smooth clamp fixtures for testing films and fibers in a tensile mode on the DMA 2980. Length range of 5 to 30 mm, width to 6.5 mm, thickness to 2 mm; 0013 Shear Sandwich Kit for DMA 2980 OR EQUAL -- Kit includes fixtures for testing soft materials in a pure shear deformation. Fixtures have locking screws, are rectangular (10 mm square), and accommodate thickness' to 4 mm on each side; 0014 Parallel Plate Compression Kit for DMA 2980 OR EQUAL -- Kit includes a set of fixtures, 15 mm diameter plate set and a 40 mm diameter plate set for testing soft materials like adhesiv es, clastomers and gels in a compression mode; 0015 Gas Cooling Accessory (GCA) with Auto-fill capability for DMA 2980. Provides automated DMA 2980 cooling to -145 deg C with cooled gaseous nitrogen for excellent subambient temperature performance. Unit is designed to automatically fill after each scan when connected to a large low pressure liquid nitrogen tank. Consists of a portable 50 L stainless steel tank, automated electronic control, connecting hoses and cables; 0016 Dual Module Control OR EQUAL -- Option for TA 5000. Provides ability to simultaneously operate two 2X00 modules at the same time; 0017 BUY 2 GET ONE PROMOTIONAL PROGRAM DISCOUNT. This equipment is in support of Dental-Biomaterial Laboratory at Naval Hospital Great Lakes, IL. Delivery is within 60 days ADC. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Re quired to Implement Statutes or Executive Orders -- Commercial Items: Paragraph (a) and the following numbered subparagraphs under paragraph (b) of this clause apply: (1), (5), (8)(ii), (11), (12), (13), (14), (15), (19), (23); and paragraphs (d) and (e). Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications -- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including paragraph (a) and the following clauses referenced under paragraph (b) of this clause apply: DFAR 252.225-7012 Preference for Certain Domestic Commodities, DFAR 252.225-7028 Exclusionary Policies and Practices of Foreign Governments, and DFAR 252.243-7002 Certification of Requests for Equitable Adjustment; and paragraph (c). The Year 2000 Warranty -- Commercial Items applies. DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code, DFAR 252.204-7004 Required Central Contractor Registration. No Numbered Notes apply. This announcement will close at 4:00 PM on 30 August 1999. Contact Marie Pressley who can be reached at 215-697-9683 or email marie_w_pressley@phil.fisc.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. All quotes shall include price(s); FOB Destination, a point of contact, name and phone number, GSA contract number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. DFARS 252.211-7003 (DEC 1991): BRAND NAME OR EQUAL (a) If items in this solicitation are identified as "brand name or equal," the term is intended to be descriptive not restrictive. The "brand name or equal" description is used to portray the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, and other characteristics which "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including products (other than the "brand name" item) of the brand name manufacturer, must (1) Meet the salient physical, functional, and other characteristics specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as cuts, illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of informationfurnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not identified in the offer and reasonable available. (d) Unless the Offeror clearly indicates in the offer that the product being offered is an "equal" product, the Contracting Officer will consider the offer as offering a brand name product referenced in the solicitation. For solicitations issued after 31 March 1998, DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Web site at http://www.acq.osd.mil/ec. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at 1 (800) 334-3414. Quotes will be evaluated in accordance with the information in FAR Subpart 13.106-2 using the following criteria: a. Conformance to the specifications; AND b. Past performance: The quoter shallsubmit, as part of its proposal, information on previously performed contracts or on-going contracts that are similar to the statement of work in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of at least two contacts for each contract listed. The quoter should not describe past performance history in the proposal. The information may include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. AND c. Price: the quoter shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include: (A) For catalog items, copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufac turer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market- priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. Responses will be evaluated according to which firm can meet the functional requirements at the best value to the Government. Sources demonstrating the capability of furnishing the above system shall supply pertinent information to perform a complete and proper evaluation. Each quote response must clearly indicate the capability of the quoter to meet all specifications and requirements. Year 2000 Compliance (a) All information technology provided under, or in support of, this contract by the contractor and all subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology processes date/time (including but not limited to, calculating, comparing and sequencing) from, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. (b) For all offers for other than the BRAND NAME PRODUCT, to ensure year 2000 compliance, the contractor, shall at a minimum, test a representative sampling of the information technology, or same type or information technology, that will be provided under this contract. Testing will be accomplished and documented in accordance with generally accepted commercial standards/practi ces. If requested, the contractor shall provide the Government with a copy of their random sampling testing documentation sufficient to provide reasonable assurance of year 2000 compliance, at no additional cost to the Government. Posted 08/05/99 (D-SN364049). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0474 19990809\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page