Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

66 -- PORTABLE HIGH ACCURACY UV-VISIBLE SPECTRORADIOMETRIC SYSTEM

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FDA-SOL-07-00174
 
Response Due
3/20/2007
 
Archive Date
4/4/2007
 
Description
The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Optronic Laboratories, 4632 36th Street, Orlando, FL 32811 for the item listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. (i) This is a combined/synopsis solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-07-00174. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15, February 13, 2007. (iv) The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for the quantity of one (1) each for the following: (1). A Portable High Accuracy UV-Visible Spectroradiometric System (200 - 800nmm)which meets the following specifications: (a)The system must be compatible with existing Model 65A power supply and Model 762-10 Calibration Source currently in use. (b)The stray light level must be less than 10 to the minus 8 at 285 nm. (c)The system must be capable of doing manual, normal, and quick scan measurements. (d)The maximum scan speed must be from 200-800nm. In the quick mode the scan speed must be 200 nm. (e)The system noise equivalence irradiance (W/CM squared nm) must be: 1.7 x E to the minus 7 at 300 nm; 1 x E to the minus 7 at 500 nm; 5.6 x E to the minus 7 at 700 nm. (f)The system wavelength accuracy must be plus or minus 0.15 nm, wavelength resolution must be 0.025 nm, wavelength repeatability must be plus or minus 0.05 nm. (g)The optical half band width (FWHM) must be 0.4 to 10 nm. (h)The system detector must have a TE Cooled S-20 response photomultiplier. (i)The system communication interface must be USB/RS-232. (j)The system operating temperature must be 10 to 40 degree C. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be used. (vii) FOB Point: Destination, 3900 NCTR Road, Jefferson, AR 72079-9502. Delivery shall be on or before May 11, 2007. (viii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items apply to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance;(iii) price. The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. Technical and past performance, when combined, are equal when compared to price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on reference information provided by the offeror. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must reference solicitation number FDA-SOL-07-00174. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Offers are due in person, by mail or fax on or before March 20, 2007 by 15:00 hours (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OFFAS, 3900 NCTR Road, Jefferson, AR 72079-9502. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contractor must be registered in the Central Contractor Registration (CCR) in order to receive an award. See numbered note 22. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Place of Performance
Address: 3900 NCTR ROAD, JEFFERSON, AR
Zip Code: 72079-9502
Country: UNITED STATES
 
Record
SN01247392-W 20070311/070309220609 (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.