|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916Defense Nuclear Agency Field Command, Acquisition Office (FCA), 1680
Texas St., SE, Kirtland, AFB, NM 87117-5669 66 -- ULTRASOFT X-RAY CALIBRATION SYSTEM SOL DSWA02-97-Q-0102 DUE
090597 POC JoAnn B. Carroll, Contract Specialist, (505) 846-8798, or
Patricia M. McDaniel, Contracting Officer, (505) 846-8799 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 Solicitation Number
DSWA02-97-Q-0102 is being issued as a Request for Quotation. This
solicitation incorporates provisions and clauses effective through
Federal Acquisition Circular (FAC) #90-46. The Standard Industrial Code
is 3829 and the business size standard is 500 employees. Line Item 001.
Ultrasoft X-Ray Calibration System, Austin Instruments Model 5
Multi-anode Ultrasoft X-Ray Source. The salient technical
characteristics are as follows: The calibration system shall provide
x-rays between 1 to 8 keV; The calibration system shall provide a
minimum output of 1.0e12 photons/second/steradian of Al K x-rays at a
6 inch standoff; The anode of the calibration source shall include at
least 6 materials including A1, W, Pd, Fe, Titanium, and Cu; The
calibration system shall include User's manual one (1); The x-ray
calibration system shall have a minimum of two viewing ports of 2.75
inch standard conflat; The calibration source shall come equipped with
a vacuum system capable of reaching a minimum vacuum of 1e-6 torr. The
vacuum system shall be able to pump down to the minimum vacuum required
in less than one hour; The source shall include 5 additional filaments;
Anodes shall be selectable while source is operating under vacuum; The
system shall include a gas flow proportional counter (Model 04 or
equivalent), associated gas flow control system (model 2 or
equivalent), and pulse amplifier (model PAL-01B or equivalent). The
delivery will be required within 30 days of issuance of a Purchase
Order and shall be FOB Destination to Primex Physics International,
2700 Merced Street, San Leandro, CA 94577-0599. Acceptance shall be
made at destination. The following FAR provisions, clauses, and addenda
apply: 52.212-1, Instructions to Offerors-Commercial items applies.
Offerors are required to complete and include a copy of the following
provisions with their quotes: FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items; Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items; Clause at 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders. The
following additional clauses apply: 52.222-26, Equal Opportunity (E.O.
11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.225-3, Buy American Act -- Supplies, and
52.225-18, European Union Sanction for End Products; and Defense FAR
Supplement (DFARS) 252.211-7003 Brand Name or Equal, 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial
Items, Paragraph (b), 252.225-7001, Buy American Act and Balance of
Payment Program, and 252.247-7024, Notification of Transportation of
Supplies by Sea. Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase description for line
item 001. Contractor shall provide with their quote, three references
of either government agencies or commercial entities having purchased
the same or similar item(s). Any contract awarded as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. Note 1. Quotes
must be received no later than 4:00 PM, local time, on 5 September
1997, at Field Command, DSWA, Acquisitions Office (FCA), Kirtland AFB,
NM 87117-5669. The person to contact for information regarding this
solicitation is JoAnn B. Carroll, (505) 846-8798 (faxed quotes are
accepted at (505) 846-4246 followed by mailed hard copy). The
anticipated award date shall be on or before 30 September 1997. All
responsible sources may submit a quote which shall be considered by
this agency. (0232) Loren Data Corp. http://www.ld.com (SYN# 0345 19970825\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|