Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,2000 PSA#2562

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326

66 -- THERMAL ANALYSIS SYSTEM SOL N00173-00-R-HA03 POC Hilda R. Abdon, Contract Specialist, Code 3220.HA, (202) 767-0682, Wayne Carrington, Contracting Officer E-MAIL: CLICK HERE, Abdon@contracts.nrl.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 solicitation, N00173-00-R-HA03 is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-08 (excluding 97-07) and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 employees and the SIC code is 3826. This acquisition is a 100% Small Business Set-Aside. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001, a Thermal Analysis System that consists of five interrelated and interdependent subsystems as stated bellow The required instrument shall meet or exceed the following specifications: 1. The Thermal Analysis System (TAS) consists of five interrelated and interdependent subsystems: a controller, a simultaneous differential scanning calorimeter and thermo-gravimetric analyzer, a dynamic mechanical analyzer, a dielectric analyzer, and a rheometer. 2. The controller consists of an IBM 450 MHz Pentium III computer, or equivalent, running software (to be provided by the vendor) suitable for the purposes of instrument setup, control, data acquisition, data analysis, and data archiving from each of the other four modules. Controller software will have wizards and/or templates for all modules. The controller must be capable of operating all modules simultaneously without loss of control or data. Data must be convertible to an ASCII format and insertable in common applications programs like Excel. The computer monitor will be at least a minimum size of a 17". Training NRL personnel on how to use the controller must be included. 3. The simultaneous differential scanning calorimeter (DSC) and thermo-gravimetric analyzer (TGA) will measure the change in mass and the heat evolved in a sample as a function of temperature. It should have a horizontal dual balance design utilizing a differential weight loss between the two balances with a horizontal gas purge of up to one liter/minute to prevent backflow and contamination of the balance arms. Minimum balance sensitivity is 0.1 mg. The operating temperature range should be ambient to 1500 C with heating rates from 0.1 to 100 C/min in 0.01 C/min increments (ambient to 1000 C) and 0.1 to 25 C/min in 0.01 C/min increments (ambient to 1500 C). The required DSC sensitivity is 4 microwatts and the calorimetric accuracy should be 2% (based on metal standards) with calorimetric precision of 2% (based on metal standards). Spare balance beam arms should be included with the TGA. Three 90 ml (microliter) alumina sample cups with lids, and three 40 ml alumina sample cups must be provided. Nine platinum 40 ml samples cups and nine 110 ml sample cups must also be provided. Samples for temperature calibration and one set of spare thermocouples should also be provided. 4. The dynamic mechanical analyzer will measure the viscoelastic properties of materials. The module must have abilities and fixtures to provide tension, compression, 3-point bend, and penetration modes of deformation and must be able to scan multiple frequencies while simultaneously step or ramp heating. Mechanical design must incorporate graphite air bearings for "frictionless" movement of the drive shaft and provide a full 25mm travel without the use of steel springs or lead screws and stepper motors. Detection of drive shaft movement must be via the use of a linear optical encoder that provides one (1) nanometer resolution over a full 25mm drive shaft travel. Maximum applied force is 18 Newtons with a required force resolution of 0.0001 Newton. Tan delta sensitivity (2X noise) of 0.0001 is required with a Tan delta resolution of 0.00001. Required operational range is from -145 C to 600 C. A calibration sample and spare control thermocouples should be included. Bifilar wound furnace, automated liquid nitrogen control, and automatic filling of cooling accessory from supply tank are required. 5. The dielectric analyzer will measure the capacitive and conductive properties of materials under cyclic (sinusoidal) voltage. This module must employ two types of sensors, both of which are disposable, for flexibility and ease of use in evaluating many different materials and forms: PARALLEL PLATE-Gold plated ceramic electrodes to evaluate bulk properties through a solid sample. The electrodes must have a guard ring to prevent electric field fringing and stray capacitance at the edge of the plates. A platinum resistance temperature detector must reside on the disposable sensor so as to make intimate contact with the sample for accurate temperature measurement. REMOTE SINGLE SURFACE SENSOR-The ability to take a flexible ribbon cable sensor and embed it into a sample while in process must exist. This allows for measuring samples outside the furnace of the DEA instrument. The flexible sensor must conveniently plug into the DEA instrument. Remote sensors must be available in lengths of at least 10 feet. A platinum resistance temperature detector must reside on the disposable sensor so as to make intimate contact with the sample for accurate temperature measurement. The DEA must have a frequency range of 0.003 to 100,000 Hz. The number of frequencies scanned in a single experiment must be 28. The loss factor range must be from 0 to 108. The DEA must heat and cool from -150 to 500 C (-100 to 250 C for remote sensor). The isothermal stability must be 0.2 C or better. Maximum heating rates should be at least 40 C/min. Controlled cooling rates of 10 C/min down to ambient must exist. A purge gas dryer and calibrated flow meter must be included. 6. The rheometer module must be capable of measuring the viscosity of materials over a broad range of torques under flow, creep and oscillation modes. The rheometer must have a torque range of 1 to 50,000 mNm and a frequency range of 0.0001 to 40 Hz. The angular velocity (steady shear) range should be 10-8 to 100 radians per second. Displacement (angular resolution) should be 0.62 microradians with a maximum angular deflection of 1300 radians. The module should be capable of applying normal forces between 0.01 to 50 N with a resolution of 0.005 N. A standard Peltier temperature control must be included to operate with temperatures in the range -10 to 99 C. Hard-anodized aluminum parallel plate sample geometries of 2 cm, 4 cm, and 6 cm diameters must be included. 7. Five old equipment modules are offered for trade-in and considerations. They are: (1) Dupont Instruments Module Interface, Model # 996007.901 (NRL SN N00173400505000); (2) Dupont Instruments 951 Thermogravimetric Analyzer, Model # 95101-901; (3) Dupont Instruments 910 Differential Scanning Calorimeter Cell Base with the 1200 DTA cell;(4) Dupont Instruments 910 Differential Scanning Calorimeter Cell Base with the 1600 DTA cell; and (5) Dupont Instruments 943 Thermomechanical Analyzer, Model # 943006.914 (NRL SN N00173410179000). Full documentation of operating instructions, repair/maintenance manual, and schematic drawings must be included. Contractor must provide a standard commercial warranty, including an offer of extended warranty as provided in customary commercial practice. The contractor will be required to certify that the offered equipment will perform precisely as described in this specification. All capabilities must be demonstrated during the initial installation and training of at least two days and will be reviewed prior to final acceptance of the instrument. Delivery and acceptance is at the Naval Research Laboratory, 4555 Overlook Avenue, S.W. Washington D.C. 20375-5326, FOB Destination, no later than 120 days from date of award. The FAR and DFAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, Instructions to Offerors-Commercial Items. The proposal must demonstrate an understanding of all requirements covered in the RFP's terms and conditions. General statements that the offer can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP's Specifications in whole or in part will not constitute compliance with these requirements concerning the content of the technical proposal. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 are: (1) price, (2) technical capability of the item offered to meet NRL needs, and (3) past performance. Technical and past performance combined are of equal importance compared to price. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Web site: http://heron.nrl.navy.mil/contracts/reps&certs.htm) and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The additional clauses that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-18, and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The additional clauses cited applicable to this acquisition are DFARS 252.225-7001, DFARS 252.225-7007, DFARS 252.225-7012, DFARS 252.204-7004, and DFARS 252.232-7009. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15CFR700). Any questions generated, as a result of this solicitation must be received no later than 10 calendar days before the closing date. Original and two (2) copies of the Offeror's proposal must be delivered to Contracting Officer, Bldg. 222, Rm. 115A, Naval Research Laboratory, Code 3220.HA, 4555 Overlook Ave., S.W., Washington, D.C., 20375-5326 no later than 4:00 p.m. E.S.T. on 21 April 2000. The package should be marked RFP N00173-00-R-HA03, Closing Date: 21 April 2000. For more information regarding this solicitation contact Hilda R. Abdon, Contract Specialist, (202) 767-0682. All responsible sources may submit a proposal, which shall be considered by the agency. Synopsis number HA03. Posted 03/20/00 (W-SN436199). (0080)

Loren Data Corp. http://www.ld.com (SYN# 0277 20000322\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page