Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
MODIFICATION

66 -- Gas Chromatograph

Notice Date
8/28/2006
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0125
 
Response Due
9/1/2006
 
Point of Contact
Gregory Moore, Contract Specialist, Phone 719-333-8927, Fax 719-333-8939, - Paul Aldrich, Contracting Officer, Phone 719-333-8921, Fax 719-333-8939,
 
E-Mail Address
gregory.moore@usafa.af.mil, paul.aldrich@usafa.af.mil
 
Description
The purpose of this amendment is to correct conflicting RFQ submisssion deadlines in the solicitation. The CORRECT DEADLINE IS: NLT 4:00 pm (Mountain Time Zone), on 1 September 2006. This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-06-T-0125, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 500 Employees. The proposed contract is full and open competition. LINE ITEM 0001: (Qty 5 each) BRAND NAME OR EQUAL - Gas Chromatograph, Varian Model 3900. Minimum Specifications: ** Small footprint, no larger than 12.5 inch footprint to allow optimization of available lab bench space. ** Front Loading design using standard 7in / 17.5 cm column. ** Roll-back cover providing convenient injector and detector access, eliminating lengthy downtime during routine maintenance. ** Icon-based keypad to maximize operator efficiency and to allow complete method editing and control in a simplified user interface, password protected against unauthorized access. ** Oven with 450 C temperature limits for high temperature applications. ** Flame Ionization Detector (FID) with ceramic flame tip for ultimate sensitivity and Automatic flame re-ignition to insure continuous operation. ** Split/Splitless Injector with optimized flow profile and Electronic Flow Control (EFC) of carrier gas and split flow for maximum performance. ** Software package which allows the system administrator to reassign instruments from one client computer to another in the event of a client computer failure without disruption of the CDS normal operation. ** Software package which allows users on the network to log out of the CDS application while active sequences are running without disrupting these sequences and also allows other users the ability to log into the application and continue monitoring these sequences. ** Software package that includes the ability to perform calculations for system suitability (as per USP, EP and others) on any peak variable including for example tailing factor, retention time, area, height, plates etc. ** Software package must provide fully customizable user profiles. For example to set users/groups privileges for instruments, methods, files and functions. ** Software package must provide the ability to program custom calculations and reports for individual chromatographic runs, providing for cases where more than one sample chromatogram is needed to provide a single result (example; Dissolution profiles, with or without evaporation factor) Calculations include user created Global, Peak and Peak Group variables that can be protected from modification by users and stored in a central repository accessible by any CDS user. Variable types include String, Integer, Real and Boolean. OTHER SPECIFICATIONS Shipping containers shall be marked to indicate the purchase order number, quantity, nomenclature and name of contractor Delivery requirement: The FOB for this RFQ is Destination to ZIP Code 80840. Proposals received with other than FOB Destination pricing may not be considered. The requested delivery date is NLT 31 October 2006. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, no addenda applies: The provisions at 52.212-2-, Evaluation of Commercial Items applies to this acquisition. 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 capability of the item, and 2 Price. Technical capability will be evaluated to ensure item meets the government's end use requirements. Technical capability is just as important as price. Tewchnical Capability will be determined by comparing differences in each offeror's technical capability. In making this comparison, the government is just as concerned with ensuring technical capability as it is with making an award at the lowest overall price to the government. The government reserves the right to select a contract at other than the lowest price. Quotes that are unrealistic in terms of price may be rejected. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The provision is included as an attachment to this solicitation. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 21, 23, and 24. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001. The following addenda apply to this acquisition: 252.204-7004(Alt A), Required Central Contractor Registration (Nov 2001), 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999), and 252.232-7003, Electronic Submission of Payment Request (Jan 2004). Quotes must be received NLT 4:00 PM (Mountain Time Zone), 1 September 2006 at the following address: Greg D. Moore, C/O 10th MSG/LGCB, Contracting Flight/LGCW, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Greg D. Moore, 719-333-8939 or emailed to gregory.moore@usafa.af.mil.
 
Place of Performance
Address: US AIR FORCE ACADEMY, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01127655-W 20060830/060828221346 (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.