Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

66 -- GAS CHROMATOGRAPH

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Center for Domestic Preparedeness-AL, P.O. Box 5100 61 Responder Drive, Anniston, AL, 36205
 
ZIP Code
36205
 
Solicitation Number
HSHQDA-05-Q-0039
 
Response Due
5/2/2005
 
Point of Contact
Rickey Daniel, Contract Specialist, Phone 256-847-2393, Fax 256-847-2323, - Ella Chapman, Contracting Officer, Phone 256-847-2371, Fax 256-847-2323,
 
E-Mail Address
Rickey.Daniel@hq.dhs.gov, ella.chapman@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
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. Quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This acquisition is a 100% set aside for small business. The NAICS code for the requirement is 334516. The size standard is 500 employees or less. The Center for Domestic Preparedness has a requirement for GAS CHROMATOGRAPH. Items are as follows: (Brand Name or Equal) – (equal needs to be compatible with Perkin Elmer) CLIN 0001 N6519100 - CLARUS 500 GAS CHROMATOGRAPH , 120V 50/60H ASXL/TCSW Package, 120V Selection, N651000A GC w/Autosamp & PPC Clarus 500 Gas Chromatograph with Programmed Pneumatic Control (PPC) and integral liquid sampler. A microprocessor controlled gas chromatograph with a built-in autosampling system. Both the GC and autosampler are fully controlled from the instrument keyboard. Includes: N65110F0 Split/Splitless w/PPC, Channel A - Single programmable split/splitless (PSS) injector with PPC and 1/16 inch male column fittings. N541100F Split/Splitless w/PPC, Channel B - Single programmable split/splitless (PSS) injector with PPC and 1/16 inch male column fittings. N651200H FPD with PPC, Channel B, Single flame photometric detector (FPD) with PPC. Includes amplifier and programmable pneumatic control for detector combustion gases. Also includes sulfur photomultiplier filter. N5413020 TotalChrom & Int LINK, Integral LINK for the Clarus 500 GC andTotalChrom Workstationn Software (TCWS) Kit. The Integral LINK provides digital-to-digital connection between the Clarus 500 GC and TotalChrom Workstation. Option includes Integral LINK, TotalChrom Workstation Software, Autosystem XL IPM for Clarus 500 GC and serial cable for connection to a computer. Quantity 1 Unit EA CLIN 0002 N6000981 - Phosphorus Lens Accessory Quantity 1 Unit EA CLIN 0003 L4135472 - FPD Tin Filter Assembly Quantity 1 Unit EA CLIN 0004 N6120105 - Autosampler Starter Kit Includes: 5uL x 0.63mm o.d. syringe, 2mL clear sample vials (144), 2m: amber sample vials (100), blue crimp caps with septa (100), green crimp caps with septa (100), red crimp caps with septa (100), septa for waste wash vials (100), crimper - 11mm, decapper - 11mm, 2mL vial rack holder. Quantity 1 Unit EA CLIN 0005 N6120102 - PSS Starter Kit, Programmable split/splitless Injector starter kit Includes: Universal connectors (5), 0.53-mm i.d. deactivated fused silica (5), 2-mm i.d. liner, 1-mm i.d. liner, hourglass liner, 1/16 inch stainless steel nuts (5), 0.5-mm graphite ferrules (10), 0.8-mm graphite ferrules (10, viton o-rings (6), graphite o-rings (5), quartz wool, wafer scribes (10), septa (50). Quantity 1 Unit EA CLIN 0006 N6120104 - Detector Fittings Kit Includes: 1/8 inch stainless steel nuts (2), 1/8 inch stainless steel plugs (2), 1/8 inch x .05mm graphite ferrules (10), 1/8 inch x 1.0mm graphite ferrules (10), 1/8 inch-1/16 inch adapter, 1/16 inch x 0.5mm graphite ferrules (10), 1/16 inch x 0.8 graphite ferrules (10), 1/16 inch stainless steel nuts (5). Quantity 1 Unit EA CLIN 0007 N6510120 - CLARUS 500 MS W/EI PCI NCI 120V Mass spectrometer with Electron Ionization, Positive Chemical Ionization, and Negative Chemical Ionization. Includes state-of-the-art electronics and gold component technology, turbomolecular pump, Pirani and Penning gauges (high and low vacuum), Dell PC with Windows 2000, Monitor, 17 inch TurboMass software, shipping kit. Quantity 1 Unit EA CLIN 0008 N6520220 - S/W TURBOMASS NIST 02 Quantity 1 Unit EA CLIN 0009 09923518 - FILTER-VAPOR MIST NW25 Quantity 1 Unit EA CLIN 0010 N0207030 - CLARUS 500 MS/CLARUS 500 SYSTEM INSTALLATION Quantity 1 Unit EA CLIN 0011 N0200417 - TRAINING-TURBOMASS OPERATOR New Inst Train Disc; 4 day course conducted at a Manufacture or Suppliers Technical Center. Quantity 1 Unit EA CLIN 0012 09404818 - Dell GX-280 Tower Win XP - USA Model: Del Optiplex GX-280, 2.8 GHz Intel Pentium 4, 800 MHz Front Side Bus (FSB), 1M L2 cache Chassis: Small Mini Tower (SMT) Factory Installed Operating System: Microsoft Windows XP Professional SP2 Memory: 512 MB, Non-ECC 400MHz, DDR2 2x256 Hard Drive: 80GB, SATA, 7200 RPM Networking Broadcom, 10/100/1000, Ethernet Remote Wake Up and PXE Support External I/O Ports: 8 USB 2.0 (2 rint, 6 rear), 1 Ethernet (RJ45), 2 serial (9-pin) (16550 compatible), 1 parallel (25-hole, bidirectional), 1 VGA out Expansion Slots: 3PCI up to 4.2 H x11.L, 1 PCIe x 1 up to 4.2. H x 9. L, 1 PCIe x 16 CDRW: 48x Max CD Rewriteable Drive Video: Integrated video, Intel DVMT Floppy Drive 3.5 inch 1.44MB diskette drive standard Mouse: Dell USB 2-button optical mouse with scroll Keyboard: Dell USB Keyboard (No Hot Keys) Audio: Integrated ADI 1981 AC97 codec; Commercial Standard Warranty: Quantity 1 Unit EA CLIN 0013 094037726 - Monitor-17 inch flat panel (US) LCD Quantity 1 Unit EA CLIN 0014 09410001 - Cable PC to Printer Centronics Cable, 1.5m Parallel Centronics Cable for connection to printer to PC Quantity 1 Unit EA CLIN 0015 09421084 - PRINTER - HP DeskJet 6122 (Multi Voltage) Quantity 1 Unit EA CLIN 0016 N0207282 - On-Site Training, GC (per day) Quantity 4 Unit EA Pricing should be FOB: Destination, Delivery should be within 90 days after receipt of order. Contractors must be registered in the Central Contractor Registration (CCR); the web site for registration is http://www.ccr.gov. If registration has not been accomplished use the following web site to access clauses that have been incorporated by reference: http://www.acqnet.gov All quotations must include a completed 52.212-3, Offeror Representations and Certifications/Commercial Items. The clause 52.212-4 (Oct 2003), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Jan 2005), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference. Of the available clauses, the following apply and are incorporated by reference: 52.211-6 Brand Name or Equal (Aug 1999), 52.212-1 (Jan 2005), Instructions to Offeror -- Commercial Items; 52.219-14 (Oct 2004), Limitations on Subcontracting; 52.222-3 (Jun 2003) Convict Labor; 52.222-21 (Feb 1999), Prohibition of Segregated Facilities; 52.222-26 (Apr 2002), Equal Opportunity; 52.222-35 (Dec 2001), Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 (Jun 1998) Affirmative Action for Workers with Disabilities; 52.222-37 (Dec 2001) Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-42 (May 1989) and 52.232-33 (Oct 2003) Payment by Electronic Funds Transfer-Central Contractor Registration. 52.212-2 Evaluation – Commercial Items (Jan 1999); The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered to meet Government requirement and (2) Price and price related factors. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Pursuant to the Brand Name or Equal clause; the offeror must provide descriptive literature of item being offered. Equal will be evaluated based on the information furnished by the offeror. If descriptive literature is not provided the offeror will be determined to be nonresponsive. Direct any questions (in writing) to Rickey Daniel@hq.dhs.gov . Quotations or alternate brand information must be submitted by mail/fax to Center for Domestic Preparedness – 61 Responder Drive, Anniston, AL 36205 to be received no later than May 2, 2005 by 4:00 p.m. CST. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/OCPO/CDP-AL/HSHQDA-05-Q-0039/listing.html)
 
Place of Performance
Address: U.S. Department of Homeland Security Center for Domestic Preparedness 61 Responder Drive Anniston, Alabama
Zip Code: 36205
 
Record
SN00848829-F 20050717/050715213404 (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.