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