Loren Data Corp.

'

  
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