Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOLICITATION NOTICE

66 -- ENTECH 7101A Turnkey Preconcentrator System

Notice Date
12/14/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HCCCD-2007-39055
 
Response Due
12/21/2006
 
Archive Date
1/5/2007
 
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 as a small business set-aside under Request for Quotation No. HCCCD-2007-39055. The NAICS is 334516 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The National Institute for Occupational Safety and Health (NIOSH), Health Effects Laboratory Division in Morgantown, WV has a requirement for Gas-Phase cryogenic sampler to be connected to existing Gas Chromatograph and Gas Chromatogaph/Mass Spectrometer systems currently used in the laboratory. This is a competition limited to the Brand name products specified below from Entech Instruments as justified in accordance with FAR 6.302-1. Most products measure particulate matter, specific flue gases, and /or are self contained analysis units using infrared or catalytic technologies. The requsted equipment is compatable with systems currently used in our laboratory and with current on-going research projects using gas chromatography and gas chromatography/mass spectrometry analysis. The Entech equipment will maintain intercomparability of data/results and experimeter operation from multiple previous and on-going experiments. The specified instruments can repeatably cryogenically collect and manipulate gas-phase samples containing parts per billion or lower conentrations of volatile organic compounds used in experiments. The equipment carefully reduces background water and carbon dioxide concentrations and maintains concentrations of volitile organic compounds of interest for detection by gas chromatography and/or gas chromatography/mass spectrometry. Device functions through software in an automatic and unattended operation to collect gas-phase samples and inect them onto gas chromatograph system. The devise provides the ability to change sample traps to other media such a silanized glass beads and other sorbents to optimize valatile organic compound contration and detection. Purchasing an Entech product will ensure consistency in experimmental data comparisons between multiple laboratory systems and experiments and team member experemental training. This will reduce data misinterpretation arising from alternate sample manipulation. The specific products are: CLIN 001, two each of Entech 7101A Turnkey Preconcentrator (3 stages) with modules installed (PN 01-7101A1), diaphragm pump (10-20010), 5m USB cable (12-51150) for HP 6890 Series GC; CLIN 002, two each of a Entech 3 foot heated line for direct operation with 7100 (inlets 1-4), Including tubing and 1/16 to 1/4 inch fitting for canister attachment (PN 01-09-33203); CLIN 003, installation by day-East Coast (PN /M02); CLIN 004 per diem charges per day (PN /M05); CLIN 005 airfare and travel time (PN /M07); and CLIN 006, freight charges, if applicable. The entire system shall have at least a one year warranty. Delivery and installation are desired within 30 days after award. EVALUATION: Offerors must clearly indicate they are providing the brand name specified or they will be considered non-responsive. Offers will be evaluated in accordance with applicable acquisition policies and procedures. Award shall be made to the responsible offer conforming to this solicitation which is considered most advantageous to the Government, price and other factors 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 shall be F.O.B. Destination or include freight charges. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); 52.212-2, Evaluation -- Commercial Items (Jan 1999); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (April 2003). 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); 52.232.34, 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 Thursday, December 21, 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 -- items and delivery times; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3; (4) documentation which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT 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) 285-5885. Submit written quote to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Kimberly Groves (MS G604), REF: Solicitation HCCCD-2007-39055, 1095 Willowdale Road, Morgantown, WV 26505; e-mail kpg0@cdc.gov or fax 304/285-6083. All responsible sources may submit a response, which shall be considered by the Agency. .
 
Record
SN01196426-W 20061216/061214220328 (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.