Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596

USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road, Athens, GA 30605-2720

66 -- FT-NIR SYSTEM SOL RFQ-011-4384-00 DUE 052200 POC Elaine Wood, 706-546-3534 WEB: Click here to download a copy of 52.212-3, http://www.nist.gov/admin/od/contract/repcert.. E-MAIL: Click here to contact the contracting officer, woode@ars.usda.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 will not be issued. The solicitation number RFQ-011-4384-00 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-09. FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. The standard industrial classification code is 3826. The small business size standard is 500 employees. Specifications: The contractor shall furnish and install a dedicated PC computer-interfaceable FT-NIR spectrometer system. This system shall be configured to evaluate carbohydrates, proteins, lipids and other constituents in plant tissues, seeds, products and isolated materials for qualitative and quantitative evaluation of chemical propertiesof agricultural products. The system's software will be Y2K compliant and be compatible with Windows 98 software. System description: The spectrometer must be optimized for operation in the near infrared spectral region. The system shall be a portable FT-NIR spectrometer requiring no external utilities other than a 120 VAC power. The system must be in a configuration that provides both sealed, dessicated and purged capabilities. The spectrometer manufacturer must possess ISO 9001 certification. The spectrometer shall be supplied with vendor software that is Y2K compliant. If the spectrometer's software does not operate using a standard IBM compatible computer and Windows 98, the vendor must supply the necessary operating system. If the computer needed for instrument operation is a nonstandard IBM compatible computer, the vendor must supply the necessary hardware for modification(s). The Optical Bench must meet the following minimum criteria: Spectral range of 12,000 -- 4,000 cm-1 with a broad range near infrared detector. Spectral resolution of equal to or greater than 2 cm-1 .Wavenumber accuracy of at least 0.01 cm-1. Wavenumber reproducibility of equal or greater than 0.01 cm-1. Scanning speeds for the interferometer mirror will operate from 0.3 to 5.0 cm/second. Signal-to-noise ratio of equal to or greater than 20,000 to 1 peak-to-peak within a one-minute measurement time using a CaF2 beamsplitter and near infrared detector. It shall incorporate a sampling module that allows 3 simultaneously mounted sampling modes: transmission, reflectance (integrating sphere), and fiber optics (preferably for both modes). The system, through computer control, must be able to determine the presence of an attached fiber optic probe.The fiber optic probe must have a spectralon, polystyrene or suitable near infrared reference that is protected from external damage or contamination. It is preferred that the reference is interchangeable. The instrument must have several input and output ports for potential interfacing with a gas chromatograph, microscope, thermogravimetric analyzer or other instrumentation. Interchangeable components or accessories shall have an optical design that remains fixed in position when moved. Transmission, integrating sphere and fiber optic sampling techniques must be provided in a single sealed sampling module that provides fixed permanent alignment for method transferability and precision. Lenses must be of the highest quality for maximum near infrared throughput (preferably CaF2). Mirrors must be gold-diamond turned for maximum instrument throughput . Must have a 90 degree Michelson interferometer or one with equivalent performance. The interferometer shall provide optimal system performance and maintains accurate line shapes in the near infrared spectral region. It must also allow for intrascan corrections. Automatic interferometer alignment under computer control is required. The optical design must incorporate a fixed single beampath that is utilized to measure both reflectance and transmittance ofsolids through a solid integrating sphere. Sources, beamsplitters, and detectors: A high sensitivity near infrared detector must be the standard detector. The near infrared source should be a halogen type. External or water cooling shall not be required. The source must be fixed in position, pre-aligned and completely replaceable. Optical designs requiring source alignment are not acceptable due to the fact that this will cause errors in system measurements and alignment inconsistencies . The optical bench must be powered by a 220/110V power supply that is user replaceable and requires no service. A power supply that is external to the FT-NIR system and minimizes noise is preferred. Accessories: The spectrometer's integrating sphere must accommodate 50 mm diameter sample cups. The integrating sphere must allow for precise sample positioning. The transmission holder must accommodate culture tubes and cuvettes of various sizes. A heated transmission holder must provide computer controlled heating capabilities. A dedicated fiber optics accessory port must be available for the instrument. This port shall include optics internal to the FT-NIR spectrometer that allow the beam from the spectrometer to be focused onto a standard fiber optic connector. This port shall also include a dedicated near infrared detector. It is preferred that this system have an automatic sample changer that is capable of accommodating various vial and bottle sizes. This sample changer shall have a standard fiber optic sampling probe attached for illumination and collection of reflected light. System software: The software must come complete with a full chemometric software package that supports sample measurements, sample identification, qualification, and quantitative analysis. The format of the spectral files generated must be compatible with most of the current spectral analysis programs. Validation package : The system must come complete with a validation package and have the following components: Software and hardware development programs, compliance certifications and certificates, installation qualification. Perform automatic, unattended, error-free validation tests that can be run regardless if sample is left in the sampling module Installation, warranty and service: A factory trained service representative must perform the installation. The system must be warranted for one year from the date of installation. The source, HeNe laser and power supply must all be user replaceable. Training: The system must come with a minimum of one day in-house training or offsite training at the manufacturer's facilities. Delivery is required within 8 weeks ARO. Delivery is FOB Destination to USDA, ARS, Athens, GA. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications-Commercial Items, and FAR 52.222-70, Compliance with Veterans Employment Reporting Requirements with its proposal. Far 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35, 52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due 4:00 pm local time, May 22, 2000, at USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444. Posted 05/05/00 (W-SN451990). (0126)

Loren Data Corp. http://www.ld.com (SYN# 0213 20000509\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page