Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

66 -- Atomic Absorption Spectrometer

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-09-T-0026
 
Response Due
6/29/2009
 
Archive Date
8/28/2009
 
Point of Contact
Melodie Fisher, 601-634-4687<br />
 
E-Mail Address
U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES)
(melodie.y.fisher@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to a combined synopsis/solicitation posted on June 12, 2009. The place of performance has changed to: Lewisville Aquatic Ecosystem Research Facility, 201 East Jones Street, Lewisville, TX, 75057. The response date is extended to June 29, 2009. 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; quotes are being requested and a separately written solicitation will not be issued. The Request for Quote number is W912HZ-09-T-0026. Provisions and clauses in effect through Federal Acquisition Circular 05-31 are incorporated. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 334516, with a small business size of 500 employees. All qualified small business vendors are encouraged to submit a proposal. The Engineer Research and Development Center request responses from qualified sources capable of providing all of the following specifications: Atomic Absorption Spectrometer: 1. PC-controlled Double Beam Atomic Absorption Spectrometer for multi-element flame atomic absorption determination 2. At least, a four-lamp turret to be used with single element cathode lamps 3. Deuterium background correction 4. Automated lamp turret, wavelength and slit selection 5. Wide range photomultiplier 6. Flame atomization system and PC interface card 7. Air/Acetylene burner assembly 8. Wavelength range: 185 900 nm 9. Sequential operation multiple elements and measured in sequence in a single sample measurement w/o need to re-analyze for subsequent elements 10. Flame shields and chimney protects against heat and UV radiation from flame 11. Twin-headed mixing paddles 12. Adjustable nebulizer with inert capillary 13. Performance: greater than 0.9 absorbance with precision of leas than 0.5% RDS (ten 5-sec integration 5mg/L Cu) 14. Computer, keyboard, mouse, monitor and printer 15. Software 16. Installation and on-site operational training. Delivery and Performance: 201 East Jones Street, Lewisville, TX 75057 Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Central Contractor Registration (Alternate A) DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.232-7003, Electronic Submission of Payment Requests; Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting the non-cost factor. All items shall be quoted. No partial quotes shall be accepted. Evaluation of price will be based on the offerors total price for all line items as delivered to Lewisville, TX. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Meeting Requirements 2. Price (all CLINs shall be priced) The offerors initial quote shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quote/Proposal Instructions: Offerors shall provide sufficient documentation to allow for evaluation of the quote. Shipping shall be FOB Destination. Quotes shall specify the Total Price. Quotes shall be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; Provide DUNS number; Cage Code and Federal Tax ID. Quotes shall be submitted by email only as a MS Word or Adobe PDF attachment to Debra Walker-Sykes at debra.a.walker-sykes@usace.army.mil. Proposals are due by 1200 Central Time on 29 June 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-09-T-0026/listing.html)
 
Place of Performance
Address: Lewisville Aquatic Ecosystem Research Facility 201 East Jones Street Lewisville TX<br />
Zip Code: 75057<br />
 
Record
SN01856573-W 20090627/090625235643-8a886c391e4cbb5216d0bf8ce43ae210 (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.