Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,2000 PSA#2670

National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050

66 -- X-RAY DIFFRACTION INSTRUMENT SOL Q1150000068 DUE 090800 POC Beverly Rinaldi-Alt, Contract Specialist, (304) 535-6237 or beverly_rinaldi-alt@nps.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. Responses are due on or before September 8, 2000. The National Park Service has a requirement for a Rigaku X-Ray Diffraction Instrument for powder diffraction analysis. This item must be this Brand Name or Equal and meet the following salient characteristics: X-ray tube: a copper (Cu) tube with a nickel (Ni) filter and a monochromater is preferred, however, a chromium (Cr) tube with a vanadium (V) filter is acceptable. Full power X-ray generator: 2 kW maximum output, 50 kV maximum tube voltage, 50 mA maximum tube current, within 2 mA and 2kV stepwidths, X-ray tube protection against undervoltage, overvoltage, overload, overcurrent and/or failure of water supply. Detector/counting unit: Scintillation counter detection, NaI scintillator, Vertical theta/2theta or theta/theta scanning, Variable slits on incident side or fixed slits throughout. Sample size and handling: Down to 10 micrograms. Refrigerated and air-cooled chiller. Single position sample spinner. Safety Features: Electromagnetic safety shutter mechanism and warning lights interlocked with the door (*important) to protect user when opening compartment and to avoid shutdown of x-ray tube which shortens the life of the tube. Emergency stop. Computer System: Pentium III CPU, Windows98 operating system, 64 MB main memory, 15 GB HDD, 3.5 in FDD, 48X CD-ROM drive, 17" color monitor and DeskJet Color Printer. Software: Application software (Jade+ software preferred) which includes: Data control and measurement, profile fitting, search match, background subtraction. Must be able to do Cr to Cu conversion. Basicdata processing including smoothing, background elimination, Ka1-Ka2 separation, peak search, peak width at half-height, integrated intensity, system error correction, internal/external standard correction, operations between data, graphic display, automatic alignment. ICDD PDF1 Quantitative analysis software that includes Database Library creation, automatic library search, match and identification. Quantitative analysis software that includes Calibration curve generation and Quantitative calculation. Other: Two-year warranty (*important), Service response: Within 4 hours by phone (*important), Service call within 24 hours (*important) and installation and training. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the offeror is quoting on an "equal", the offered item shall be considered as the brand name product referenced in this announcement. If the offeror proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cuts, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty Period shall be confirmed to be two years after acceptance. Destination FOB. Delivery 30 days after receipt of an order. All quotations shall be mailed to the address listed in the CBD, no later than 4:00 p.m., EST, September 8, 2000, and be clearly marked with Request For Quotations Number Q1150000068. The Point of Contact for all information is Beverly Rinaldi-Alt, Contract Specialist, at the address and phone number listed above. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders Commercial Items. Offerors will be evaluated in accordance with FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate offers: (1) conformance with technical specifications; (2) the offeror's proposed commercial warranty period (must be a minimum of two years) and (3) price in descending order of importance. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be considered significantly more important than price or cost. In determining which of the x-ray diffraction instruments offers the greatest technical merit, conformance to technical specifications will be given the most weight. Any warranty period over and above the required two years will be given extra weight. Between substantially equal proposals, the proposed price or cost will become the determining factor in selection for award. Between proposals with different technical ratings, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price or cost. All offerors shall submit the following: Price for the X-ray diffraction instrument, price for the computer and price for the monitor; technical description and/or product literature; description of warranty; and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Beverly Rinaldi-Alt, Contract Specialist; Request For Quotations Number Q1150000068; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Faxed offers will not be accepted. Posted 08/21/00 (W-SN488106). (0234)

Loren Data Corp. http://www.ld.com (SYN# 0277 20000823\66-0007.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 21, 2000 by Loren Data Corp. -- info@ld.com