Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2007 FBO #2122
SOLICITATION NOTICE

66 -- High Performance LC MALDI Spotting System.

Notice Date
9/16/2007
 
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
W91ZLK07T0836
 
Response Due
9/19/2007
 
Archive Date
11/18/2007
 
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). This full and open combined synopsis/solicitation number is W91ZLK-07-T-0836. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-19. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500. This procurement is for the PURCHASE of the following: CLIN 0001  Part Number 1015344, High Performance LC MALDI spotting system. BRAND NAME of Applied Biosystems required because this is an upgrade of the organizations proteomics system. Detailed requ irements: (1) System can use up to 8 Opti-TOF 123x81mm MALDI inserts or up to 16 Opti-TOF 44x44mm MALDI inserts; (2) Fully integrated Unit which includes high speed autosampler 3-channel high resolution microfluidic system, 214m UV detector and high perfo rmance electrostatic dispensing stage; and (3) Provides high precision, contact-free electrostatic dispensing stage for precise alignment of spots on Opti-TOF MALDI inserts; QTY: 1. CLIN 0002  API on-site support and set-up (charge per day) for 2 days; QTY: 2 days. Shipping terms: FOB DEST to APG, MD 21010. ACCEPTANCE SHALL BE AT DESTINATION. Please contact the POC listed below if you have any further questions. In accordance with FAR 52.212-2 Evaluation  Commercial Items (Jan 1999), 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 infor mation furnished by the vendor. The Government is not responsible for locating 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 Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitati on and will be most advantageous to the Government, price and other factors considered (such as urgent delivery requirement). The Government reserves the right to award on the basis of either new or used equipment. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Oz one-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition The government will award a contract to the offeror whose offer conforms to this solicitation and will be mo st advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFAR 252.212-70 00, Offeror Representation and Certification with its offer. The clause at 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-8; Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equ al Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled V eterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Item s. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Do mestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by WEDNESDAY, September 19, 2007 no later than 6:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Tanya Peel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions conce rning this solicitation contact Tanya Peel, Contracting Officer via fax (410) 306-3890, or via email tanya.peel@us.army.mil.
 
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
SN01409002-W 20070918/070916220240 (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.