Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

66 -- ULTRAFINE CONDENSATION PARTICLE COUNTER

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
HCCBC-2006-37092
 
Response Due
8/17/2006
 
Archive Date
9/1/2006
 
Description
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. This solicitation is being issued unrestricted as Request for Quotation No. 2006-Q-08842. The NAICS is 334516 with a size standard of 500employees.. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The Centers for Disease Control and Prevention, NIOSH-PRL Diesel Team, Pittsburgh, PA has a requirement an Ultrafine Condensation Particle Counter (UCPC) necessary for the to fulfill the agenda set forth in the nanoparticle research project. The objective of this NORA nanoparticle research project is to identify and evaluate the nanometer and ultrafine aerosols emitted by diesel-powered equipment and formulate control technologies to reduce the exposure of workers to these particles, thereby reducing the associated occupational health risks. Provide the following Contract Line Items (CLINS) in accordance with the following specifications: CLIN 0001 Ultrafine Condensation Particle Counter (UCPC) 1 EACH; CLIN 0002 Shipping, if applicable (FOB Destination preferred). Specifications desired: Lower particle detection size limit of 2.5 nm; Fast response to rapid changes in aerosol concentration (T95 <0.8 sec); Higher aerosol flow rate of 50 cm3/min for improved counting statistics ; Extended single particle counting up to 300,000 particles/cm3 with continuous, live-time coincidence correction for maximum accuracy; Built-in data logging and storage capability with removable memory card; Built-in SMPS compatibility; Auto recovery from power failure; Removable saturator wick for easy transport and maintenance; and Particle concentration, plots of concentration versus time, total counts, or instrument status shown on front-panel color LCD display. The instrument need to be compatible with the TSI 3090 Scanning Mobility Particle Sizer, currently used in this research group for sizing and characterization of nanometer and ultrafine diesel aerosols. DELIVERY SCHEDULE: Delivery is desired within 10 weeks after receipt of award. IF GSA Pricing is available, please indicate such with each CLIN. EVALUATION: Quotes will be evaluated in accordance with applicable acquisition policies and procedures. If shipping costs apply, they must be identified and will be considered in determining overall cost to the Government. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and delivery considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. GENERAL INFORMATION: All prices desired to be F.O.B. Destination. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, 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)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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 -- Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.33, and Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE by Thursday, August 17, 2006, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services including documentation demonstrating compliance with the stated specifications; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 ; and (4) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882, fax (304) 285-6083 or e-mail BGoodwin@cdc.gov. Submit written quote to: Centers for Disease Control & Prevention/PGO/AAFB, Attn: Brenda Goodwin (MS1019), REF: Solicitation HCCBC-2006-37092, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency. All vendors must be registered in the Central Contractor Registry (CCR) at the time of offer to be considered eligible for award. Award is anticipated on or before August 31, 2006. . Vendors may register @ www.ccr.gov
 
Record
SN01106636-W 20060806/060804220414 (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 |
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.