Specifications/ Requirements:
• UV-Visible double-beam spectrophotometer - single monochrometer, 190 - 900 nm, -5 to 5 Abs, 0.005% (NaNO3 at 340 nm).
• Include UVProbe and validation/calibration software.
• Czerney-Turner single monochromator double-beam system;
• R-928 photomultiplier tube; 185 - 900 nm; -5 to 5 Abs (%T, %R: 0 to 100000%);
• Wavelength accuracy +/- 0.1 nm @ 656.1 nm D2 and +0.3 nm all range;
• Wavelength repeatability +/- 0.05 nm;
• Stray light: Max 0.005% (NaI @220nm), 0.005% NaNO2 @340nm and 370nm, and Max 1.0% (KCl @198nm);
• Photometric accuracy +/- 0.002Abs (0.5 Abs), +/- 0.003 Abs (1.0 Abs), +/- 0.006 Abs (2.0 Abs);
• Baseline stability within 0.0002 Abs/H @ 700 nm;
• Wavelength slew rate: 14,000 nm/min,
• Scan rate: 4000 to 0.5 nm/min;
• Operable temperature range of 15 to 35 Deg C
• Operable humidity range of 30 to 80%;
• Installation and customer familiarization
• 1 year warranty
• PC workstation
o Minimum 2.40GHz/13337MHz/4MB L2 cache
o Minimum Intel® Core 2 DuoTM processor
o Windows® 7 Pro 32 bit licensed and installed, operating system
o Minimum 2GB Dual-Channel DDR3 1333MHz SDRAM memory
o Minimum 250GB SATA hard drive,
o Minimum 16X DVD+/- RW drive
o Minimum 512MB PCIe x16 NVidia Graphics Card,
o Minimum Intel Integrated Gigabit 10/100/1000 network connection
o Minimum 22inch LCD Widescreen, Flat Panel Monitor with resolution up to 1680 x 1050, contrast ratio - 1000:1 and brightness - 300 cd/m2, 0.282 mm pixel pitch.
o Include USB keyboard and optical wheel mouse (must not be wireless)
o At least 1 year warranty
• Include maintenance contract terms and costs for onsite, as-needed service, yearly calibration and yearly preventative maintenance
Quoted price should include FOB Destination. Required delivery date is no later than 30 days ARO. Expedited delivery schedules accepted and encouraged.
The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-67 effective 21 Jun 2013, DFARS DPN 201300617 effective 17 Jun 2013, and AFFARS current thru AFAC 2013-0327 effective 27 Mar 2013. The following provisions and clauses are applicable:
• FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012)
• FAR 52.212-2, Evaluation, Commercial Items (Jan 1999)
• FAR 52.212-3, Offeror Representations and Certifications (Dec 2012)
• FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2013)
• FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -
Commercial Items (Jan 2013) (Alternate II - Jul 2012)
• FAR 52.247-34, F.O.B Destination (Nov 1991)
• FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998): http://farsite.hill.af.mil/;
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009)
• DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A (May 2013)
• DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2013)
• DFARS 252.211-7003, Item Identification and Valuation (Jun 2011)
• DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2013), incorporating the following:
• DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Dec 2012);
• DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012);
• DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III
• DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011);
• DFARS 252.232-7010, Levies on Contract Payments (Dec 2006);
• H-850 Local clause for WAWF
Incorporated by full text:
• DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012)
(a) In accordance with sections 8124 and 8125 of Division A of the
Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has
Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority
Responsible for collecting the tax liability,
(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
Please provide a response to clause DFARS 252.209-7999 with your quotation.
To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil
Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award.
Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 08:00 A.M., Central Standard Time on 8 July 2013. Send all packages via email to Chantel Rutland at [email protected]. For questions, contact Chantel Rutland at 850-882-0259 or by e-mail at [email protected].
Approved,
____________________
NICOLE A. ANDERSON
Contracting Officer