Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

66 -- DISPERSIVE RAMAN SPECTROMETER W/CONFOCAL MICROSCOPE

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS040031
 
Response Due
5/24/2004
 
Archive Date
6/8/2004
 
Point of Contact
Ava McIntire, Contract Specialist, Phone 202-406-6787, Fax 202-406-6801, - Rodney Magee, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
amcintire@usss.treas.gov, rmagee@usss.treas.gov
 
Description
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; offers are being requested and a written solicitation will not be issued. Solicitation number USSS040031 is hereby issued for this requirement through Federal Acquisition Circular 01-23. This action is unrestricted. The U.S. Secret Service (USSS) has a requirement for one (1) each Dispersive Raman Spectrometer with Confocal Microscope. As a minimum, the system must: have fully automated laser beam alignment and performance validation; have software that allows for full control of microscope functions; be equipped with a minimum of 5X, 10X and 50X objectives and 10X eyepiece, a trinocular assembly with c-mount video camera adapter, USB video camera and video capture software; include Visible and NIR Laser Excitation kits to include edge filters, laser mounting kit and coupling mirrors: 785nm excitation kit and 488 nm excitation kit; have a white light intensity calibration source with necessary software updates; include a computer, 17? monitor, and printer with a minimum of Windows 2000 software; have searchable library database(s) with references to forensic samples, organic and inorganic compounds, explosives, powders, and toxic chemicals; have a macro-sampling kit for large area (e.g., documents) and liquids, which must include accessories necessary for bulk samples, liquids, and powders; have a one (1) HNF fiber optic probe and interface kit. A one (1) year warranty must be provided with software upgrades. Training on the system must be provided to a minimum of (2) individuals at a mutually agreed upon place, date and time. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: ?The government intends to award a firm fixed price contract to the responsible offeror whose proposal, conforming to the solicitation as provided herein, will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in order of importance: 1) Technical Compliance; 2) Past Performance; and 3) Price. When combined Technical Compliance and Past Performance are more important than Price. For evaluation of past performance, the offeror must provide at least three (3) references for contract/purchase orders of similar products/services within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral.?; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following Clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Supplies; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the Intranet, www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Proposals must contain the following: 1) all descriptive literature to enable the USSS to perform a complete evaluation regarding technical specification conformance; 2) past performance information; 3) pricing; and 4) completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications. All responsible offerors may submit proposals by fax to Ava McIntire at fax number 202-406-6801; by email to Ava.Mcintire@associates.usss.dhs.gov; or by Federal Express or courier to U.S. Secret Service, Attn: Ava McIntire - Procurement Division, Suite 6700, 950 H Street, NW., Washington, DC 20223. Proposals must be received no later than May 24, 2004, at 2:00 pm local time. The government will not consider proposals received after this date and time.
 
Record
SN00585965-W 20040516/040514211538 (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.