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 -- 66 GLOW DISCHARGE OPTICAL EMISSION SPECTROMETER

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NTSB MD-20 490 L'Enfant Plaza East, SW Attn: Donna Dennis Washington DC 20594
 
ZIP Code
20594
 
Solicitation Number
NTSBR040007
 
Response Due
6/10/2004
 
Archive Date
5/14/2005
 
Point of Contact
Donna Dennis Contracting Officer 2023146223 denisd@ntsb.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NTSBR040007 and the solicitation is issued as request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This is an unrestricted procurement. The associated NAICS code is 334516 and the small business size standard is 500 employees. The NTSB has a requirement for the following: one each Glow Discharge Optical Emission Spectrometer (GD-OES) including all necessary configurations, setups, accessories and options to operate with the addition of a government supplied compressed gas cylinder; all supplies needed to operate for 1 year based on 15 samples per week; one general purpose Certified Standard from each of the following alloy groups; carbon steel, low alloy steel, 300 series stainless steel and 2000 series aluminum; all necessary standards for calibration of each alloy group; in house training for 6 engineers following setup. Proposed price shall include delivery, installation, setup, calibration and initial training. The spectrometer must have sufficient spectral resolution and detection limits to perform quantitative analyses of the following alloy systems containing the listed elements and concentrations (if listed). Alloy System Carbon and Low Alloy Steels Element Concentration Range, % Nickel 0.03 to 5.00 Chromium 0.03 to 2.25 Manganese 0.25 to 2.00 Silicon 0.01 to 1.15 Carbon 0.03 to 1.10 Molybdenum 0.01 to 0.60 Copper 0.01 to 0.50 Vanadium 0.002 to 0.30 Titanium 0.002 to 0.20 Cobalt 0.008 to 0.18 Niobium 0.008 to 0.085 Phosphorus 0.005 to 0.085 Aluminum 0.02 to 0.075 Sulfur 0.005 to 0.055 Zirconium 0.003 to 0,050 Arsenic 0.010 to 0.050 Tin 0.003 to 0.045 Boron 0.0006 to 0.007 Stainless Steels Element Concentration Range, % Chromium 17.0 to 23.0 Nickel 7.5 to 13.0 Molybdenum 0.01 to 3.0 Manganese 0.01 to 2.0 Silicon 0.01 to 0.90 Copper 0.01 to 0.30 Carbon 0.005 to 0.25 Phosphorus 0.003 to 0.15 Sulfur 0.003 to 0.065 Aluminum Alloys Element Concentration Range, % Copper 0.001 to 30.0 Silicon 0.001 to 14.0 Magnesium 0.001 to 11.0 Zinc 0.001 to 10.0 Nickel 0.001 to 10.0 Manganese - 0.001 to 8.0 Tin 0.001 to 7.5 Silver 0.001 to 5.0 Iron 0.001 to 4.0 Chromium 0.001 to 4.0 Cadmium 0.001 to 2.0 Cobalt 0.001 to 2.0 Beryllium 0.001 to 1.2 Zirconium 0.001 to 1.0 Lead 0.002 to 0.7 Bismuth 0.001 to 0.7 Titanium 0.001 to 0.5 Calcium 0.001 to 0.2 Sodium 0.001 to 0.05 Vanadium 0.001 to 0.05 Boron 0.001 to 0.05 Gallium 0.001 to 0.05 Barium 0.001 to 0.05 Titanium Alloys Copper alloys Nickel bases alloys including Super alloys Cobalt based super alloys This item shall be delivered FOB Destination, within Consignee's Premises, FAR 52.247-35 to the National Transportation Safety Board, 490 L'Enfant Plaza, East, SW, Washington D.C. and installed by the contractor. Inspection and acceptance will be at destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are requested to provide descriptive literature and specifications of the GD-OES they propose to assist the Government in determining whether the proposed item meets the stated requirements. Offerors are also requested to include the terms of their standard commercial warranty and the annual cost of a maintenance contract once the GD-OES is out of warranty. Proposed items will be evaluated to determine the extent to which stated requirements are met. Offeror is required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, and the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition The following additional FAR clauses in the clause are applicable to this acquisition. (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (16) 52.222-26, Equal Opportunity (E.O. 11246). (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (18) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (21) 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a - 10d) (22) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (June 2003)(41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). (24) 52.225-13, Restriction on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849) (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). (33) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx. 1241 and 10 U.S.C. 2631 The National Transportation Safety Board must receive offers no later than 12 noon, Eastern Daylight time Thursday, June 10, 2004. Information may be delivered by express mail service to the NTSB contracting officer at 490 L'Enfant Plaza East, SW, Washington, DC 20594 or faxed to the attention of Donna Dennis (202) 314-6125. Descriptive literature must be provided and may be sent by fax to 202-314-6125 or sent in soft copy to dennisd@ntsb.gov For further information you may contact Donna Dennis by telephone at (202)314-6223 or by e-mail at the above address. To be considered for award offerors should submit. (1) Description of the GS-OES you propose to deliver including all necessary configurations, setups, accessories and options to operate the GD-OES. (2) Product literature that indicates the proposed equipment will meet the requirement described above. (3) Price for the GD-OES delivered and installed including all necessary configurations, setups, accessories and options to operate the GD-OES. (4) If not included in the price of the equipment, submit the price of conducting a training session at the NTSB for six engineers following installation of the equipment. (5) Completed Representations and Certifications FAR 52.212-3. In addition to price and capability, offered equipment will be evaluated for compliance with the above stated requirements, ease of use, maintenance. Funds are not presently available for this requirement. However, the NTSB anticipates that funds will be available to purchase this item prior to the end of the fiscal year. Offerors are further advised that should funds not become available the NTSB will not pay for bid and proposal costs.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NT950801&objId=10881)
 
Record
SN00586560-W 20040516/040514212535 (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.