Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

70 -- AGILENT 7890A SERIES GC CUSTOM, AUTOINJECTOR MODULE, AUTOSAMPLER TRAY MODULE, THERMAL DESORPTION SYSTEM MODEL. - 1 EACH

Notice Date
8/7/2007
 
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
W91ZLK07T0672
 
Response Due
8/10/2007
 
Archive Date
10/9/2007
 
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-07-T-0672 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: It is critical that the items are from the manufacturer Agilent Technologies since all previous and current experiments have been carried out on similiar GC/MS hardware instrumentation and will allow the sharing of data and metod files as well as comsumabl e lab items for experiments and routine maintenance. CLIN 0001 - Agilent 7890A Series GC Custom with the following configuration: 198 to 231V fast oven power supply included, Capillary S/SI om;et wotj EPC, Mass Spectrometer Detector Interface, Dual FPD with EPC, Three channels of auxiliary EPC, Factory plumb ing for quick installation, oven exhaust deflector, 7890 with USA Country of Origin, Installation (44K), Familiarization at Installation (44L) - 1 each. CLIN 0002 - G2913A - 7683B Autoinjector Module Includes one transfer turret, one 8-sample turret, 6890 injector mounting post, and small parking post for GC with the following configuration: ship-to-country USA, Installation (44K), familiarization at inst allation (44L) - 1 each. CLIN 0003 - P/N 19199N - Installation kit - 1 each. CLIN 0004 - P/N 07673-60840 - 7673A Supplies kit - 1 each. CLIN 0005 - P/N 5183-4645 - 2 stage reglatr, brass, 125psi max, CGA590 1 each. CLIN 0006 - P/N 5183-4642 - 2 stage reglatr, brass, 125psi max, CGA350 - 1 each. CLIN 0007  P/N 5183-4644 - 2 stage reglatr, brass, 125psi max, CGA580 - 1 each. CLIN 0008 - P/N G2614A - 7683 autosampler tray module includes a pack of 100 w-ml screw-cap vials. Provides cable connection for the G1926A bar code reader with the following configuration: ship-to-country USA, installation (44K), familiarization at insta llation (44L) - 1 each CLIN 0009 - P/N H2115A - Systemization and integration with TDU - 1 each. CLIN 0010 - Non Agilent Product - CDS TDU - ACEM Thermal Desorption System, Model 9300S, hand held controller and DCI Software, Remote Start for Agilent 6890 GC Transfer Line, SilcoSteel liner, 48# flex jacket, ACEM shipping/installation kit (93025037) - 1 each. CLIN 0011 - P/N G3245A - 5975C inert, XK EI/CI MSD/DS Turbo CI Bundle for use with 7890A, 6890 & 6850 GC. Includes G3174A MSD w?Inert E1 and C1 ion source. Chem Station (Win XP). G1701EA SW, PC, Laser Jet printer, G3397A ion gauge controller with the fo llowing configuration: ship-to-country USA, NH3 Oil Free Pump Substitution Installation (44K0 Familiarization at Installation (44L), 1 year SW Upgrade/Phone Assist (44W), 1 yr PC Repair Recovery Service (OTP) - 1 each. CLIN 0012 - P/N - Shipping charges. 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 loca ting 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 information necessary for the Governm ent to determine whether the product meets the salient characteristics of the requirement. The Gover nment 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 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); 52.222-3 Convict Labor (June 2003)(E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 5 2.222-26 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 (3 8 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 Registrati on (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 11:00 AM (Eastern Daylight Savings Time) on August 10, 2007 via fax at 410-306-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-AP C-T, 4118 Susquehanna Avenue, 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 consider ed. Vendors may register with 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 Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO TEL EPHONE REQUESTS WILL 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
 
Record
SN01364606-W 20070809/070807221753 (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.