COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661 National Archives and Records Administration, Acquisitions Services
Division (NAA), 8601 Adelphi Road, Room 3360, College Park, MD
20740-6001 66 -- THERMOGRAVIMETRIC ANALYZAER AND DIFFERENTIAL SCANNING
CALORIMETER SOL NAMA-00-Q-0020 DUE 082300 POC Contract Specialist,
Marion Bass-Dyer (301)713-6755, x239, Contracting Officer, Joyce
Herbert (301)713-6755, x229 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 number is NAMA-00-Q-0020 and is issued as a
request for quotation. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-17. This acquisition is set aside 100% for small
businesses. The SIC code and the small business size standard for this
procurement are 3826 and 500 employees, respectively. The quoter shall
state in their quotation their size status for this procurement. All
qualified responsible business sources may submit a quotation, which
shall be considered by the agency. This requirement is for a
simultaneous Thermogravimetric Analyzer and Differential Scanning
Calorimeter (TGA/DSC), to be used at the National Archives in College
Park Maryland, and shall meet the following specifications. The TGA/DSC
must contain the ability to perform simultaneous DSC-TGA of plastics,
paper and adhesives, in different gaseous environments (primarily
nitrogen, oxygen and air) at different flow rates. It must be able to
simultaneously measure heat flow and weight change of the sample and
use this information to calculate normalized DSC data based on the
actual weight of the sample. A computer with the appropriate programs
must be able to calculate thermal data and print results. The program
must analyze data files from any Dupont or TA instruments previously
obtained and stored on disks or in the hard drive of the CPU. The
system must also be able to take the previously collected data and plot
and calculate the results without loss of information. These additional
characteristics must also be met: Balance sensitivity: 0.1 micrograms.
Calorimetric accuracy and precision: +2%. TGA: Ambient to 1500 C. DSC
heat flow calibration: 200-1500C. DSC noise: 4 microwatts. Balance
mechanism: horizontal design. Purge rate: 1000ml/min. DSC sensitivity:
1 microwatt. Calorimetric precision: 1%. Temperature reproducibility:
0.5C. Operating Temperature: -180 to 725C. The requested computer must
be a 400 MHz Pentium II processor, 100 MHz Bus, sound card, 512 KB L2
cache, 32X CD ROM Drive, 4 MB video RAM, 1.44 MB Floppy, and 4.2 GB
Hard Drive containing integrated 10/100 Ethernet with wake on LAN
network interface and internal 100 MB Zip drive for long term data
storage. The monitor must be 17" with high fidelity dome speakers
integrated into the monitor with built in microphone with 0.27 dot
pitch, super contrast screen, antiglare coating, and invar shadow masks
for sharper images. Displays 1024x768 pixels at 86 HZ refresh and
1280x1024 pixels at refresh rates up to 160HZ. CLIN 0001:
Thermogravimetric Analyzer, TA Instruments Mdl No. 960000.901 SDT
2960DSC-TGA or Equal. Qty. 1 EA. CLIN 0002: Differential Scanning
Calorimeter, TA Instruments Mdl. No. 911300.901 DSC 2010 or Equal. Qty.
1 EA. CLIN 0003: Thermal Analyst 5000 Controller with Windows NT 4.0
operating system, TA Instrument Mdl. No. 924500.901 or Equal. Qty. 1
EA. CLIN 0004: Dual Module Control, capable of operating two
simultaneous modules at the same time, TA Instruments Mdl. No.
926001.901 or Equal. Qty. 1 EA. CLIN 0005: Calibrated Flow meter, for
purge gas regulation (14.8 -- 148mL/min.air), TA Instruments Mdl. No.
270134.001 or Equal. Qty: 1 EA. CLIN 0006: Calibrated Flow meter for
purge gas regulation (0.16.69 L/m air), TA Instruments Mdl. No.
270134.003 or Equal. Qty. 1 EA. CLIN 0007: Computer Accessory Kit, TA
Instruments Mdl. No. 926402.901 or Equal. Qty. 1 EA. CLIN 0008: TA
Instruments Mdl. No. 924017.901 17" Viewsonic perfect sound monitor.
Qty. 1 EA. CLIN 0009: Installation and Training: Installation must be
provided by a highly trained service engineer and follow ISO 9000
procedures. The installation must include a traceable standard and a
certificate of calibration. Training is to be provided to the staff,
after installation, in the designated laboratory at the National
Archives. Operations and maintenance manuals will be provided. Qty. 1
Lot. A warranty of one (1) year on all parts and labor, or better, must
be stated in your quote. Delivery is required within 30 calendar days
from the date of the order. Delivery will be to the National Archive
Record Administration loading dock, 3301 Metzerott Road, Room 1800,
College Park, MD. 20740-6001. Quotations for the items(s) described
above are due by 4:30 p.m. E.S.T. 08/23/00 and may be mailed to ATTN:
Ms. Marion Bass-Dyer, 8601 Adelphi Road, College Park, MD. 20740-6001
or fax to (301) 713-6910. Quotations must include solicitation number,
FOB terms, proposed delivery schedule, discount/payment terms,
warranty and duration, identification of any special commercial terms,
and must be signed by an authorized company representative. Quoters
shall provide the information required by FAR 52.212-1 Instructions to
Offerors -- Commercial Items (Mar 00). If the end product(s) quoted is
other than domestic end product(s) as defined in the clause entitled
"Buy American Act -- Supplies," the quoter shall so state and shall
list the country of origin. FAR 52.212-2, Evaluation -- Commercial
Items (Jan 99) is applicable, with the following addendum: The
following factors shall be used to evaluate offers: Technical
Capability and Price. The Representations and Certifications required
by FAR 52.212-3 entitled Offeror's Representations and Certifications
-- Commercial Items (Feb 00) may be obtained via the Internet at
URL:http//farsite.hill. FAR 52.212-4, Contract Terms and Conditions --
Commercial Items (May 99) is applicable. FAR 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Feb 00) is applicable and the following identified
clauses are incorporated by reference: 52.222-26 entitled Equal
Opportunity (Feb 99), 52.225-1 entitled Buy American Act -- Balanceof
Payment Program -- Supplies (Feb 00), 52.232-33 entitled Payment by
Electronic Funds Transfer -- Central Contractor Registration (May 99).
Questions regarding this acquisition must be submitted in writing no
later than 4:30 p.m. E.S.T. 08/17/00. Selection and award will be made
(on an aggregate basis) to the lowest priced, technically acceptable
quoter. Technical acceptability will be determined from information
submitted by the quoter providing a description, in sufficient detail,
to show that the product quoted meets the Government's requirement. It
is critical that offerors provide adequate detail to allow evaluation
of their offer (see FAR 52.212-1(b)). Potential quoters will be
responsible for downloading their own copy of this combined
synopsis/solicitation and amendments (if any). See Note 1***** Posted
08/08/00 (W-SN483730). (0221) Loren Data Corp. http://www.ld.com (SYN# 0272 20000810\66-0005.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|