Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

66 -- Time of Flight Mass Spectrometer with Curved Field Reflectron and a Two Stage Ion Source

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4034
 
Response Due
5/5/2004
 
Archive Date
5/20/2004
 
Point of Contact
Steve Gunn, Purchasing Agent, Phone 301-496-2814, Fax 301-480-3695, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689,
 
E-Mail Address
sgunn@niaid.nih.gov, jfoley@NIAID.NIH.GOV
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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. This procurement is being issued as a Request For Quotes(RFQ). Submit offers on RFQ4034. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-22. This acquisition will be processed under Simplified Acquisition Procedures. This is not a small business set-aside, under North American Industry Classification System Code Number 334516 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases is issuing a request for quotations (RFQ4034) for the procuring of a quantity of one of a Time of Flight Mass Spectrometer with Curved Field Reflectron and a Two Stage Ion Source. The Time of Flight Mass Spectrometer with Curved Field Reflectron and a Two Stage Ion Source shall be equipped with the following components and features. 1) Linear and reflectron operation with positive and negative ion detection. 2) High performance detector. 3) Pulsed extraction and PSD ion optical system with CID gas control. 4) High Performance ion gate. 5) XY sample stage, with 5 sets of sample plates with viewing optics and video camera. 6) Nitrogen laser (337nm) 2Ghz transient recorder and beam blanking. 7) Integral vacuum system including pressure measurement gauges and gate valve. 8) Modem for remote instrument diagnostics. 9) Compaq Pentium computer system. 10) Time of flight control software. 11) Launch pad data processing software, all cables and connectors. 12) One Year Warranty. 13) Installation and Training. 14) All future software upgrades. The following evaluation Criteria will be used to evaluate offers: a) Price; b) Technical capability to meet the governments need; c) Physical size of the equipment (limited lab space); d) Delivery; e) Warranty. FOB Point shall be Destination, inside delivery required to Rockville, Md. 20892. This will be a fixed-price contract. The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.225-3 Buy American Act also applies; FAR 52.104-7 Central Contractor Registration. Offerors shall include with their offer a completed copy of provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the government. As prescribed in 4.1104, use the following clause (52.204-7): Central Contractor Registration (Oct 2003) ?Registered in the CCR database, ? means that- (1) The Contractor has entered all mandatory information, including the DUNS number or DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record ?Active?. (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registerted in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will considered by this agency. Offers must be submitted no later than 5:00P.M. Eastern Daylight Time May 5, 2004. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE52C, MSC/4812, Bethesda, Maryland 20817-4812. Electronic transmissions will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health,, Rockville, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00569173-W 20040422/040420211705 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.