MODIFICATION
66 -- 2ND MOD TO CORRECT THE CONTRACTOR'S NAME, ADDRESS, AND NAICS CODE IN THE DESCRIPTION.
- Notice Date
- 9/11/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0680
- Archive Date
- 9/11/2015
- Point of Contact
- Sharon Gary, 443-861-4719
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(sharon.a.gary.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command, Tenant Contracting Division, Aberdeen Proving Ground intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures to PerkinElmer, 710 Bridgeport Avenue, Shelton, CT 06484. NAICS Code is 334516. The contractor shall provide the following: (1) Perkin Elmer, Line Conditioner, 5.0K, 60 Hz for NEXION 300, Qty: 1 each (2) Line Conditioner, 3.8KVA, 60 Hz for Optima ICP, Qty: 3 each (3) Line Conditioner, 5.8KVA for ELAN RF side, 60 Hz, Qty: 1 each (4) Line Conditioner, 3.8KVA for ELAN spec side, 60 Hz, Qty: 1 each (See attached Statement of Work) The US Army Public Health Command (USAPHC) requires the purchase, shipment and installation of six (6) Perkin Elmer Line Conditioning Units. This units must be compatible with Perkin Elmer Inductively Coupled Plasma instruments and Inductively Coupled Plasma - Mass Spectrometer Instruments. The lab currently uses Perkin Elmer ICPs and ICP-MSs for metals analysis. The manufacturer, Perkin Elmer is compatible with existing instruments, which requires new line conditioner unit with guarantee to work with their instruments. Other vendors products are not guaranteed to work correctly. The North American Industry Classification System (NAICS) for this requirement is 334516 and the size standard is 500. This particular instrument is specified by Public Health Command (USAPHC). There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to Federal Procurement Data System (SAM)https://www/uscontractorregistration.com to load required information. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 16 September 2014. Responses should be submitted electronically to sharon.a.gary.civ@mail.mil. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. TELEPHONE REQUEST WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6f6c714113ad0284e5ee4311eb04755)
- Record
- SN03506116-W 20140913/140911235209-c6f6c714113ad0284e5ee4311eb04755 (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 |