SOLICITATION NOTICE
66 -- Fourier Transform Infrared Spectroscopy Instruments
- Notice Date
- 1/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-06-T-0124
- Response Due
- 1/10/2006
- Archive Date
- 3/11/2006
- Small Business Set-Aside
- N/A
- 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The combined synopsis/solicitation number is W91ZLK-06-T-0124 and it is issued as a Request for Quotations (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-05. The North American Industry Classification System (NAICS) is 334516 and Small Business size standard is 500 employees. The Government intends to awa rd a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Ground, Maryland for the following items: CLIN 0001 - IDENTIFYIR with SpectrAssist Software, FT-IR Spectrometer with ZnSe Beamsplitter and DTGS Detector single (1) Reflection Diamond ATR Duradisk, 100x Video Microscope with 5 inch Monitor, Adjustable Illumination, and image capture. Sample press with LED Display Force Indicator. System sealed and Desiccated and to include fittings for purging with dry gases. SpectrAssist Software to include instrument control and diagnostics, method development, spectral library searching and report generation. Spectral libraries to include: 000-0002 COMMON CHEMICALS Accessories to include: Liquids well and volatiles cover, solvent dispenser, tool kit. Laptop Controller provided will meet the following minimum specifications: DELL INSPIRON or equivalent, 2.8 GHz Pentium 4 Processor, 256 MB RAM, 15 INCH XGA Display, 30 GB Hard drive, CD/DVD-ROM Drive, External USB 1.44 MB Floppy drive, 2 USB 2.0 Ports, I ntegrated Network Interface Card, Internal 56K Modem, WINDOWS XP Professional Operating System, Microsoft Office 2003 Small Business Suite, USB Cable. Item to include installation video and training video, plus 1-Day training for 2 personnel. 1 Year Warranty including parts and labor, Qty 2 EA; CLIN 0002 Sealable Pressure Device Assembly to include Sealable Pressure Device and a single (1) Reflection Diamond Duradisk, Qty 2 EA; CLIN 0003 - ILLUMIATIR II CST Package with Olympus BX-51 Microscope package. Advanced Infrared Microspectrometer accessory for a research-grade infinity-corrected light microscope. Microscope included. System to include the following features: FT-IR Spectrometer with ZnSe Beamsplitter, 36x Diamond Attenuated Total Reflectance (ATR) Objective, 15x All Reflective Objective (ARO), Sealed and Desiccated, Digital Camera, Thermo Galactic Grams/AI Software, Sy nchronizIR Software, PhotoResist Test Target, Sample Preparation Kit and Reflective Microscope Slides, SealIR Sealed Cell Kit - 20 Slides + 2 Practice Slides. ILLUMINATIR II Spectral libraries to include Nerve and Blister (WMD) Agents, Toxic Industrial Chemicals, Common Chemicals, Explosives, Forensic Drugs and Precursors, Pesticides, and Common White Powders. Laptop Computer minimum specifications are as follows: DELL LATITUDE D510 or equivalent, 1.6 GHz Pentium 4 Processor, 256 MB RAM, 30 GB Hard Disk Drive, 8x DVD-ROM, 1.44 MB Floppy Disk Drive, 2 USB Ports, and a Firewire Port. WINDOWS XP Professional Oper ating System. Item to include 1.5 days of equipment training for 2 personnel. Item to include 1 Year Warranty including parts and labor, Qty 2 EA; CLIN 0004 - ILLUMINATIR Installation to include On-site installation and alignment of ILLUMINATIR along with equipment familiarization., Qty 2 EA; CLIN 0005 - On-Site ILLUMINATIR Training Course to include 1 day on-site application training course for the ILLUMINATIR., Qty 1 EA; The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other informati on necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Govern ment, price and other factors considered. The following clauses are incorporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offeror s-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial I tems without addenda; 52.222-22 Previous Contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 Buy American Act-North American Free Trade Agreement-Israeli Trade Act Certificate; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination. 252.204-7004 Alt A Central Contractor Registration. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, with quotations. The clause 52.212-5 Contra ct Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, without addenda apply to this acquisition including the following FAR clauses cited within this clause. 52.203-6 Restrictions on Subcontractor Sales to the Governm ent, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14); 52.222-3 Convict Labor (June 2003)(E.O. 1175 5); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietn am Era; 52.222-36 Affirmative Action For Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-286); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses cited within the clause 252.212-7001 are applicable: 52.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O. 10582); 252.225-7021, Trade Agreements (Jun 2005) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); 252.232- 7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C.2410); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 10:00 AM (Eastern Standard Time) on January 10, 2006 via fax at 410-306-3863 or email at barbara.kuklinski@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T , 4118 Susquehanna Avenu e, Aberdeen Proving Ground, MD 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register wi th CCR by calling 1-800 -334-3414 or by registering online at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations contact Barbara Kuklinski, Contract Specialist via email to: barbara.kuklinski@us.army.mil. NO TELEPHONE REQUESTS WIL L BE HONORED.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00960510-W 20060105/060103211845 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |