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