Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 30, 2001 PSA #2903
SOLICITATIONS

66 -- PYRIS DIAMONG DIFFERENTIAL SCANNING CALORIMETER

Notice Date
July 26, 2001
Contracting Office
DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107, Pittsburgh, PA 15236-0940
ZIP Code
15236-0940
Solicitation Number
S0100712
Response Due
August 17, 2001
Point of Contact
Technical Representative Ms. Sheila Hedges, 412-386-4616, Mr. Robert L. Mohn, Contracting Officer, 412-386-4963
E-Mail Address
mohn@netl.doe.gov (mohn@netl.doe.gov)
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This solicitation number S0100712 is issued as a Request for Quote (RFQ). Proposals are due August 17, 2001. This requirement is being issued as a Request for Quotation using Simplified Acquisition Procedures. The following items are to be purchased by the U.S. Department of Energy's National Energy Technology Laboratory (NETL), Pittsburgh, PA and is to be shipped to our site located in Pittsburgh, PA. 1. A PERKIN ELMER CORP Pyris Diamong Differential Scanning Calorimeter, Part No. N5360001 or equivalent, and must meet the following specifications. (1) Must be a power compensation type differential scanning calorimeter with dual, low-mass (1 gram or less) furnaces which heat independently, and must actively control the energy applied to the sample to provide a true, direct measurement of applied power; (2) Temperature measurement must utilize platinum resistance temperature sensors to accurately measure energy flow to and from the sample; (3) Software package must be able to control an existing Perkin Elmer TH-7 analyzer and overlay TG data with the DSC data: (4) Software must be able to modulate the temperature signal using step scan to separate overlapping transitions and improve sensitivity for weak transition samples; (5) Must have the capability of adding an autosampler at a latter date for higher sample throughput; (6) Heating and cooling scan rates from 0.01 to 500 degrees C/minute are required; (7) Instrument should also have a dynamic range 0.1 microWatt to 800 milliWatts with a sensitivity of 0.1 microWatt; (8) Required temperature range, ambient to 730 degrees C; (9) The ability to operate with static or dynamic atmosphere, including nitrogen, argon, helium, carbon dioxide, air, oxygen, or other active gases over full temperature range is required; (10) The ability to provide heat capacity measurements with better than 1% accuracy and precision is required including an overall calorimetry accuracy of +/-1% or better and precision of +/-0.1% or better, and temperature accuracy of +/-0.1% degree or better and precision of +/-0.01% degree or better; and (11) For 115 VAC, 60 Hz power -- 1 each. 2. Pyris TA Manager Software Kit Ver. 3.8 or later for Windows 2000, Part No. N5370600 or equal -- 1 each. 3. DSC Universal Crimper Press, Part No. B0139005 or equal -- 1 each. 4. Sealing Insert for Std. Aluminum Pans, for Item 3, Part No. B0508921 or equal -- 1 each. 5. Sealing Insert for Large Volume Stainless Steel Pans, for Item 3, Part No. B0505340- or equal -- 1 each. 6. Large Volume Stainless Steel Pans, Covers, and O-Rings, Package of 20, Part No. 03190218 or equal -- 1 pack. 7. Graphite Sample Pans and Covers, Package of 4, Part No. 03190025 or equal -- 1 pack. 8. Alumina Sample pans and Covers, Package of 6, Part No. N5190180 or equal -- 1 pack. 9. High Pressure Capsule Sealing Tool, Part No. B0182864 or equal -- 1 each. 10. Titanium High Pressure Capsules with Gaskets, Package of 5, Part No. B0182903 or equal -- 1 pack. 11. Stainless Steel High Pressure Capsules with Gaskets, Package of 5, Part No. B0182901 or equal -- 1 pack. 12. Discount for Upgrade of existing PE Thermal Analysis System Software to Pyris TA Manager -- 1 each and 13. Trade in of Perkin Elmer DSC-2 Differential Scanning Calorimeter, Property Tag No. C0376, Serial No. 29630 including Interface S/N 123252 -- 1 each. DELIVERY: Equipment must be received no later than September 30, 2001 and FOB Destination is required (all freight included). FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. Within FAR 52.212-1, an reference to "offer" is changed to read as "quote". The provisions at 52.212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The offeror shall provide backup information to support the quoted prices (e.g. a copy of current catalog or established price list, etc.). FAR 52.212-3 Offeror Representation and Certifications -- Commercial Items, FAR 52.214-4 Contract Terms and Conditions -- Commercial Items, and FAR 52.2121-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders -- Commercial Items apply to this acquisition. FAR provisions and clauses including FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam ERA, it has ( ), has not( ) submitted the most recent report required by 38 U.S.C. 4212(d). (B) An Offeror who checks "has not" may not be awarded a contract until the required reports are filed. (31 U.S.C. 1354). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. EVALUATION: The following factors shall be used to evaluate offers in order or precedence: Technical compliance with the specifications of this RFQ and cost. 52.212-3, Offeror Representation and Certifications -- Commercial Items; and 52.212-4, Contract Terms and Conditions. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Anticipated award will be on or about August 27, 2001. Thecnical Representatvie is Mr. Harold Pratt, 304-285-4245. Proposals may be faxed to Mr. Robert L. Mohn, 412-386-5770.
Record
Loren Data Corp. 20010730/66SOL009.HTM (W-207 SN50T0P6)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on July 26, 2001 by Loren Data Corp. -- info@ld.com