Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,2000 PSA#2519

Department of the Interior, U.S. Geological Survey, 345 Middlefield Road,Mail Stop 285, Menlo Park, CA 94025-3591

66 -- STABLE ISOTOPE RATIO MASS SPECTROMETER SOL 00WRSS0001 DUE 020800 POC Phyllis Michel, Contracting Officer, phone (650) 329-4163, FAX (650) 329-5480 E-MAIL: to contact the contracting officer via e-mail, pmichel@wr.usgs.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is Request for Proposals No. 00WRSS0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-13. This acquisition is non-restricted. Standard Industrial Classification Code is 3826; small business size standard is 500 employees. CONTRACT LINE ITEM: Stable Isotope Ratio Mass Spectrometer, automated dual inlet/continuous flow, and associated peripherals, quantity 1 system. DESCRIPTION: The mass spectrometer will mainly be used for the automated analysis of water samples for O and H isotopes, and automated analysis of gases prepared off-line for C, N, S, O, and H isotopes. The instrument will have the following features: dual micro-inlet with cryo-trapping cold fingers for CO2 and N2; electromagnet; analyzer with collectors for the analysis of H2, CO2, CO, O2, N2, and SO2; H/D energy filter for continuous-flow operation; at least 10 multi-ports with removable tube-crackers; multitasking Windows/NT operating system; external precision of <0.05 permil for CO2-18O and N2, and <0.5 permil for H2 for dual-inlet analysis; an automated water equilibration device for analyzing >40 water samples at a time for O and H isotopes using the CO2-H20 and H2-H2O equilibration methods with documented external precisions of <0.1 permil for O and <1.0 permil for H for 200 uL samples of H2O analyzed by continuous flow, and documented external precisions by dual inlet analysis of <0.05 permil for O and <0.5 permil for H; and an automated, multi-sample, on-line pyrolysis apparatus capable of analyzing waters, organics, and inorganics for O and H isotopes with precisions of <0.1 permil for O and <1 permil for H for 1 uL of water, <0.2 permil for nitrate-O (using IAEA N-3), and <1 permil for oil-H (using NBS-22). Specifications for sensitivity, linearity, and stability must be quoted and demonstrated for both conventional dual inlet and continuous flow modes; all diagnostic tests should be supported by software. The equilibration device will also be capable of analyzing both solid and dissolved carbonates for C-O isotopes with precisions of <0.1 permil for 50 ug carbonate and 500 uL dissolved bicarbonate samples, and 10 ml air samples for N with precisions of <0.1 permil. In addition, the instruments shall accommodate a customer-supplied Elemental Analyzer for C, N, O, S, and H isotope determinations in organic materials, and have the option to fit up to 8 collectors and acquire data from up to 8 ion beams simultaneously during a run. The operating system will have the ability and flexibility to change operating conditions and experimental procedures on a per-sample and per-run basis using menu-driven software and macro-programming language. The ability and flexibility of the multi-tasking hardware and software will allow for different operations such as sample analysis, report generation, off-line recalibration and recalculation of isotope ratios, keyboard data entry, or other software programs to proceed concurrently during an analysis. Tuning of the source will be performed via the software, or the vendor will provide a quote for replacing the manual tuning and installing software-driven tuning within the 1-year warranty period. The software-driven tuning capability includes the ability to create and save separate source tuning files for the optimum analysis of different masses or sample sizes during an analysis run, and the instrument will support automatic switching of source, magnet current, and high voltage settings in the tuning files during an analysis run. The software will be capable of automatically assigning and incrementing unique analysis numbers to each successive sample so that the instrument will be compatible with the USGS LIMS software program (USGS Open-File report 98-284), or the vendor will commit to providing this compatibility free of charge within the 1-year warranty period. Additional features and/or accessories may be offered as separately priced options and will be considered by the Government. All system components must be totally Year 2000 compliant. DELIVERY: within 90 days ARO, FOB Destination to U.S. Geological Survey, Water Resources Div., Isotope Lab, 345 Middlefield Road, Bldg. 15, Menlo Park, CA. Prior to acceptance of the system by the Government, all performance standards stated herein and in the Contractor's proposal shall be demonstrated on site for runs of at least 10 samples each. Offerors shall prepare proposals in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items, and include completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. AWARD: The successful offeror will supply all computers, data systems, software, manuals, spare parts, training, shipping, installation, and power supplies necessary for full operation of the instrument. Compliance with specifications must be documented by submission of technical literature or other definitive proof. FAR 52.212-2, Evaluation-Commercial Items, is applicable; the evaluation factors are (a) technical capability of the item offered to meet the Government requirement, (b) nature and extent of documentation of the precision, accuracy, and reliability of the instrument in the form of published reports and technical notes, (c) past performance, including length and history of manufacturer support for the instrument, and the ease, speed, and location of service engineers and spare parts, and (d) price. Proposals should include proposed delivery schedule and commercial warranty information. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable, with addendum: FAR 52.204-6, Data Universal Numbering System (DUNS) Number. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, including the following additional clauses cited therein: 52.203-6, 52.219-8, 52.222-36, 52.222-21, 52.222-26, 52.222-35, 52.222-37, and 52.225-3. Proposals shall be mailed to the contracting officer at the address above so as to arrive by 3:00 PM PST, February 8, 2000. Facsimile and email responses are not acceptable. Posted 01/18/00 (W-SN416754). (0018)

Loren Data Corp. http://www.ld.com (SYN# 0174 20000120\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page