Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- FOURIER TRANSFORM INFRARED (FT-IR) SPECTROPHOTOMETER SOL 53SBNB060071 DUE 040700 POC TAMARA GRINSPON, Contract Specialist, (301) 975-4390;Anne M. McFarlane, Contracting Officer, (301) 975-4648 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #53SBNB060071, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15.*****The associated Standard Industrial Classification Code (SIC) for this procurement is 3829, and the small business size is 500 Employees. This acquisition is unrestricted (full and open competition).*****The National Institute of Standards and Technology (NIST) has a requirement for one Fourier Transform Infrared (FT-IR) Spectrophotometry System to be used in the infrared spectrophotometry laboratory at NIST for measuring the spectral infrared optical properties such as transmittance, reflectance and absorptance of solid material samples, both specular and diffuse in nature.*****The system shall meet the following Optical System specifications, as well as Computer and Data Taking System specifications: (1) The Fourier transform spectrophotometer instrument shall have measurement capability over a wavelength range of at least 0.2 um to 1000 um;***(2) The instrument shall be operable under both vacuum and purged conditions. Consequently, it shall have appropriate inlets for purge gas, and pump ports and a pump for evacuation;***(3) The system shall be capable of upgrading to a step scan mode capability for use with slow detectors and secondary modulation measurement techniques;***(4) The instrument shall come with appropriate sources (and power supplies), beamsplitters, and filters for use over the wavelength range of 0.8 um through 20 um. In addition, it shall have an appropriate detector and amplifier electronics to cover at least the wavelength range of at least 1.5 um to 20 um.(a) The sources shall include a tungsten-halogen lamp, and a SiC 'globar' source; (b) The beamsplitters (BS) shall include a coated quartz BS for the near infrared and a coated KBr BS for the mid-IR; (c) The detector shall be a DTGS detector; (d) Appropriate filters and holder shall be included for the near IR region;***(5) The instrument shall be capable of at least 0.5 cm-1 resolution over the entire wavelength range. The system shall be able to acquire symmetrical double-sided interferograms at 0.5 cm-1 resolution;***(6) The moving mirror speed shall be adjustable, so that the resulting modulation frequency for 4000 cm-1 light shall cover a range of at least 500 Hz to 20 kHz;***(7) The system enclosure shall have external ports for the output of at least three external collimated beams;***(8) Each external port shall come with blank-off flanges;***(9) There shall be appropriate switching mirrors and motion hardware for automatic selection between all (including external) sources and output beams. These shall be computer controllable and not require opening of the system enclosure;***(10) A temperature-controlled water circulating system shall be included for cooling the mid-infrared source;***(11) The moving mirror bearing shall be an air bearing or frictionless flexure type;***(12) If the system uses a dynamic alignment system, there shall be an option to turn this feature off;***(13) The system shall allow for beamsplitter exchange with little or no realignment or shall provide an auto alignment scheme;***(14) There shall be a means of rigidly tying the instrument to an optical table;***(15) There shall be a source aperture wheel under computer control;***(16) The wavelength uncertainty shall be less than or equal to 0.02 cm-1;***(17) The instrument shall be operable to near ultraviolet operation to at least 50,000 cm-1, with an upgrade addition of proper beamsplitter, source and detector;***(18) The spectrometer shall be controlled from a PC computer incorporating a processor of level Pentium III or higher. All required computer components, interface board(s) and cables to the spectrometer shall be provided by the vendor. The monitor provided shall be at least 19 inches in nominal size;***(19) Appropriate instrument control and spectral manipulation software shall be provided. This software shall operate under either Windows NT, Windows 98, or Macintosh OS-9 operating systems;***(20) The data taking software shall be a menu driven windows environment with provisions for extensive arithmetic manipulation of raw interferograms and of transformed spectra. The system shall specifically allow the user to manipulate or save (into an accessible file) the raw interferogram before an FFT is performed. The software shall enable the user to manipulate the display format so as to conveniently call up stored scans, change scales and overlay multiple traces. The software shall provide easy means of changing and storing acquisition parameters;***(21) There shall be a capability for external control of the data taking processto allow complex LabView or Visual Basic programming for multi-instrument coordination;***(22) The A/D shall have at least 16 bits. The effective number of A/D bits shall be at least 19 (either direct or via a scheme involving oversampling or automatic gain changing). The following shall also be required: (23) A one-year warranty on parts and labor;*** and (24) installation of the system at the NIST, Gaithersburg, Maryland facility.*****Vendors are to submit the following: (i) TWO copies of the quotation package (including two copies of all descriptive literature), addressing all requirements identified herein; (ii) evidence of having produced and sold comparable systems during the past five years (submit list of five previous purchasers, providing company name, point of contact, phone number, and fax number for each); and (iii) A completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.*****Delivery is required within four months after receipt of order (ARO).*****Delivery location is the National Institute of Standards and Technology, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. The FOB point shall be DESTINATION, Gaithersburg, MD.*****NOTE:*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered, based on the following factors: (A) Technical capability to meet the specifications herein; (B) Past Performance; and (C) Price. Factors A and B, when combined, are more important than Factor C. Selection will be made in accordance with Federal Acquisition Regulation (FAR) Part 13-SIMPLIFIED ACQUISITION PROCEDURES, Subpart 13.106-2, Evaluation of Quotations or Offers.*****The following Federal Acquisition Regulation (FAR) provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; and 52.212-4, Contract Terms and Conditions-Commercial Items. *****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs under 52.212-5(b): (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the VietnamEra; (17)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; and (22) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The clause Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/agency.htm, applies to this solicitation as well. Copies of other above-listed clauses are available for downloading at www.arnet.gov/far or by calling Tamara Grinspon at (301) 975-4390. All interested, responsible firms should submit quotes by 3:00 PM, Washington DC time, on APRIL 7, 2000, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON, Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotations will NOT be accepted. Posted 03/24/00 (W-SN438079). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0241 20000328\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page