Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,2000 PSA#2656

USDA, Natural Resources Conservation Service, FWFC, Bldg. 23, 501 Felix St., P.O. Box 6567, Fort Worth, TX 76115

66 -- X-RAY DIFFRACTOMETER SYSTEM (GONIOMETER, GENERATOR, CONTROLLER, COMPUTER, AND ALL ADDITONAL COMPONENETS). SOL 264-FW-NRCS-00 DUE 081600 POC James Lowe (817) 509-3520, Contracting Officer The USDA, Natural Resources Conservation Service, Nat'l Soil Survey Center located in Lincoln, NE., is seeking quotes for an X-Ray Diffractometer system. 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: Quotes are being requested and a written solicitation will not be issued. The solicitation # 264-FW-NRCS-00, is issued as a Request for Quotes (RFQ) in accordance with Part 13, Simplified Acquisitions Procedures. The solicitation document incorporates provisions and clauses in effect thru Federal Acquisition Circular 97-19. The standard industrial code is 5049. Delivery is required on or 30 days after receipt of purchase order, and is FOB destination to USDA, NRCS, NSSC, Fed. Bldg., Rm. 152, 100 Centennial Mall N., Lincoln, NE 68508-3966. The proposed X-Ray Diffractometer system will include a goniometer, generator, controller, computer, and all additonal components. The system must 1) be of closed construction with the sample changer and computer accessible to the user during analysis, leaded doors, full radiation protection, security circuits, and warning LED lights, 2) platform-type X/Y, sample changer that holds greater than 60 samples, and be capable of having samples added or removed during sample measurement, accommodate different sample holders for pressed powders, liquids, or clays dried onto glass microspoce slides or ceramic disks, have a cample tray divided into two templates, and have a space template provided, 3) the goniometer must have 0-20 or 0-0 (Bragg-Brentano) geometry, have a control mechanism with both a stepper motor and optical encoder that have a minimum step size of 0.0005 degree, have a reproducibility of +/- 0.0005 degree, have a least an 11 cm diameter opening in the center for long samples, accommodate exchange of various detectors without realignment, provide k-a 1,2 radiation, have rotating sample stage for analysis, accommodate the capillary sample presentation technique, accommodate parallel beam optics using Gobel Mirrors, allow computer or manual control of stepper motors, have computer-automated alignment of 0 and 20 axes, have an angular range of -5 degrees to > 150 degrees 20, have a minimum selectable step size per drive of 0.0002 degrees with no mathematical or electronic rounding of raw data to report angular position, and have a reproducibility (0/20) of +/-0.0005 degrees and an accurancy (0/20)of +/-0.005 degrees, 4) the beam path optics must be able to utilize the full length of an 0.4X12 mm tube anode, include incident and diffracted beam soller slits, include a set of detector slits (0.05 to 2 mm), include a diffracted beam Ni filter to minimize Cu KB radiation, include full computer control of all slit positions (incident, diffracted, and detector), have variable, programmable slits (both divergence and anti-scatter) with a user-selectable illuminated area ranging from 1to 20 mm length, accommodate radial soller slits to reduce air scattering, include a curved graphite monochromator set with precise, reproducible positioning that mounts to standard detector arms, accommodate monochromators for Cr, Fe, Co, Cu, and Mo raiation, and have controller/Driver board for operation of the variable slit assemblies and rotating sample stage, 5) must be capable of transmission, reflection, grazing incidence, and capillary modes with the proper optional attachments, 6) x-ray generator must, be a sealed tube generator of at least 3kw capability with medium frequency technology without large external oil tanks, have 2 to 80 mA, with stability +/- 0.01% at +/- 10% line fluctuation, and voltage 10 to 60 kV with stability at +/- 0.01% at +/- 10% line fluctuation, have kV and mA setting that are continuously adjustable and have digital readout of measured units, have a microprocessor with automatic startup and burn-in cycle for new x-ray tubes, include an environmental enclosure with visible and audible signals for interlock status, and access through the sides for service, include an x-ray shutter interlocked with the door and slide panels such that the instrument shutter can be opened only if all safety panels are in place, be rated for 20% greater tha maximum power output, allow for computer control or manual operation for remote control/observation of different functions (tube current and voltage, generator status, error messages, operating parameters, diagnosic, etc.), 7) the xray tube stand must mount directley to the goniometer, be able to accept both ceramic and glass tubes of European standard design manufactures, and have warning lisghts indicating "shutter oper" and "shutter closed," 8) the x-ray tube must have a Cu anode and ceramic envelope, 2.2 kW, Long fine focus, (0.4 X 12 mm, be 100% interchangeable with glass tubes, have a warranty of a least 4000 hours, b available in other anode materials such as Cr, Fe, Co, Mo, Ag, and W, 9) the system must also include the following detectors, Solid-state Peltier-cooled Li drifted Si energy-dispersive x-ray detector (with any necessary slits and interfaces for attachment and use of the detector by the goniometer), and Scintillation detector (Nal type) with a linear dynamic range up to 2 X 10 to the 6th power counts, 10) software for the complete operation of the x-ray system and analysis of data produced must reside on a single PC. It must be written specifically for Windows NT operating systems, be a true 32 bit application software, provide on-line documentation through Windows help facility, ahve batch mode for user-specified tasks and external programs, have graphical adjustment of measuring electronics, hav automated, computer-aided instrument alignment, collect raw rata (actual intensity counted vs. absolute goniometer position), not alter raw data without operator intervention, and not overwrite original data files without confirmation, 11) the software must have true multitasking data collection capability that allows, real-time data display, data evaluation during data collection, third party software packages to run during data collection, the useer interrupt of abort, then restart data collection without data loss, running of two diffractometers from a single computer, continued data collection if software package is exited, and as no restriction onavailability of hose computer RAM, 12) the softward display must have overlay with or without x- and y- capabilities, have linear, log, and square root scaling of intensities, have graphical background subtraction that covers full data range without nulling of data points and is interactive iwth mouse, have Ka2 stripping, provide creation and editing of d/I files, ahve raw data smoothing, have on-line peak integration, have phase quantification with standardless, internal reference, internal standard, and standard addition methods, provide line overlap correction with up to three individual lines for each phase and zero offset correction, have pan/zoom graphics capabilities with mouse control, 13) software for qualitative phase analysis (search/match) with background-subtracted patterns must be included. For qualitative analysis, this softward must be capable of using peak widths, peak asymmetries, shoulders on peaks, and low intensity peaks, be capable of searching on the full ICCD PDF data base, subfiles of the PDF, or a user-created database, allow selection criteria such as chemical composition, card quality, and subfiles, allow interactive overlay of search results with the measurement, allow creation and mantenance of user databases with patterns from PDF, d/I files or manual inpu, allow display and printout of all PDF-1 and PDF-2 cards, 14) ICCD PDF-1 reference database and license with one free annual upgrade must be included, 15) computer must be provided which meets or exceeds the following specifications: Intel 866 MHz Pentium III Processor or greater, 256m mB SDRAM (100 or 133 MHz), 512KB Casch, 30 GB Harddrive or greater, 3.5" diskdrive, 21" color monitor, Backup tapedrive (3.2 GB, compressed(, CD ROM (32X minimum), Mini or full tower case, Graphic adaptor with 16 Mb or greater memory, Sound card, Mouse, Windows NT Workstation VER 4.0, Service release 5 or greater, MS Office 97 Pro, 1 yr on-site service, limited hardware and software tech support 3yr part warranty, Network card: 3Com Combo NIC (for TP/thinnet wiring), 16) ohter necessary items to be included are HP Deskjet 950C color printer or better, PC Anywhere or Laplink software (the vendor/instrument must be capable of and provide remote diagnostic for instrument service), single pump, water to water refrigerated heat exchanger, on-site (at the facility of the purchaser) 4 day training course to include training on theory, basic alignment, sample preparation, and software, training course (for one person) at the facility of the manufacturer for software asnd maintenance, training course (for 1 person) at the facility of the manfacturer for service and repair of instrument, accessary Kit for the sample changer, 8.5 mm diameter saample holders to fit autosampler (quantity 110), scintillation counter 4m cable, and a minimum 1yr warranty (part and labor) from time of installation of all hardware and software, with 5yr warranty on goniometer, 1 free upgrade for all software (instrument operation, data handling, plotting, search/match) provided by manufacturer, 16) the load bearing weight of the system must not exceed 150 lbs/ft2 and dissassembled system must fit through a door width of 34.75 inch., 17) system must meet or exceed all OSHA safety standards and requirements, 18) vendor must provide, complete installation and provide all cables, fixtures, etc. necessary for full and complete operation of the system (instrument, software, and computer), pre-installation guide detailing facility and environmental considerations, complete printed manuals and tutorials for all software systems, service literature (components, schematics, etc.), and data file stucture. The Government willaward a purchase order resulting from the solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Any interested/qualified sources that beleives that can provide the required equipment must respond by 3:00PM on or before August 16, 2000. All such responses will eb evaluated in order to determine th ability to meet the above stated capabilities. Offers will be evalusted on price and past performance. PRICE shall be based on the overall cost of the unit including shipping, installation, and training. The following FAR clauses and provisions apply; FAR 52-212-1, 52-232-3. These provision and clauses can be located at the Internet site: http://www.ARNet.gov/far. Also 52-212-4 (a). Warranty is amended to include the following: A standard commercial warranty is the expected minimum warranty required. The contractor shall extend to the Government the full coverage of any commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranaty does not waive the Government's right with regard to the other terms and conditions of this contract. In the event of conflict, the terms and conditons of the contract shall take precedence over the standard commercial warranty. The following FAR clauses in paragraph (b) of FAR 52-212-5 will apply to the resultant contract; and 52-212-26, 52-222-35, 52-222-36, 52-222-37, 52-225-3,and 52-2323-36. All offers must include a completed copy of FAR 52.212-3 with their response. Offers must be submitted on or before August 16, 2000 by 3:00PM to: USDA, NRCS, NMBC, FWFC, Bldg. 23, P.O. Box 6567, 501 Felix Street, Ft. Worth, TX 76115-0567 to the attention of James Lowe, Contracting Officer. Posted 08/01/00 (W-SN480722). (0214)

Loren Data Corp. http://www.ld.com (SYN# 0162 20000803\66-0004.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 1, 2000 by Loren Data Corp. -- info@ld.com