|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1998 PSA#2109Department of the Treasury (DY) -- US Customs Service, Field
Procurement Svcs. Group, 6026 Lakeside Blvd, Indianapolis, IN 46278 66 -- INDEFINITE-DELIVERY/INDEFINITE-QUANTITY (ID/IQ) FOR SEQUENTIAL
X-RAY SPECTROMETERS SOL CS-I-98-008 DUE 062498 POC Eva Roberts,
Contract Specialist, 317-298-1180x1127, Lee Sullivan, Contracting
Officer, 317-298-1180/1119 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. The solicitation number, CS-I-98-008,
is issued as a request for proposal, and incorporates provisions and
clauses that are in effect through Federal Acquisition 97-04. The
standard industrial classification code is 3826, with a small business
standard of 500 employees. The proposed contract will include four
contract line items (CLIN). The CLINs are as follows: CLIN 0001 -- Base
Period -- August 1, 1998, or date of award, whichever is later, through
September 30, 1998; The contractor shall provide one spectrometer as
required in this solicitation. CLIN 0002 -- Option Quantity 01 --
October 1, 1998 through September 30, 1999. The contractor shall
provide a minimum quantity of one spectrometer, a maximum quantity of
five spectrometers as required in this solicitation. CLIN 0003 --
Option Quantity 02 -- October 1, 1999 through September 30, 2000. The
contractor shall provide a minimum quantity of one spectrometer, a
maximum quantity of five spectrometers as required in this
solicitation. CLIN 0004 -- Option Quantity 03 -- October 1, 2000
through September 30, 2001. The contractor shall provide a minimum
quantity of one spectrometer, a maximum quantity of five spectrometers
as required in this solicitation. 1. The U.S. Customs Service has a
need for an off-the-shelf wavelength dispersive automated sequential
x-ray spectrometer. The instrument must have a windows generated
multitasking software package (Windows 95 or Windows NT). The data
system shall use a personal computer with built in hard disk and floppy
disk. The computer shall be equipped with a color printer and a monitor
with at least a 17 inch color display screen. 2. This instrument shall
have a minimum of 4 KW frequency x-ray generator 200 V/35A minimum, a
4 KW x-ray tube and a 150 ma x-ray generator. It shall have a sample
holder capable of holding at lease 6 samples and have vacuum/air
atmosphere and a helium atmosphere connection for analyzing powder and
liquid samples. The x-ray tube shall be above the sample so that
liquid samples will not leak onto the detector. 3. The instrument shall
have crystals capable of analyzing elements from boron to uranium,
including, but not limited to LIF (200), LIF(220), and PET. The
spectrometer shall be capable of qualitative and quantitative analysis
of the following products listed in the Harmonized Tariff Schedule:
mineral products of Chapter 26, artificial stone, building stone,
cement, plaster, asbestos, mica or similar materials of Chapter 68,
ceramics of Chapter 69, glassware of Chapter 70, base metals and
articles of base metals of Chapter 72 through Chapter 83. 4. The system
shall be sensitive enough to detect trace elements in forensic studies,
inorganic elements in organic samples including chemicals, pigments (in
liquid and powder form), and samples involved in safety and health
inventions. 5. Any necessary equipment such as a heat exchanger,
computer boards, multitasking software, communication software
(including any necessary cables), and a wavelength book with 2 theta
tables shall be included. 6. The contractor shall provide two types of
training as part of delivering the wavelength dispersive automated
sequential x-ray spectrometer. The contractor shall provide informal
training, on site, at the applicable Customs Service Laboratory at the
time of equipment installation. The informal training shall be
provided to a minimum of two Government employees. The duration of the
training shall be a minimum of four hours and provide basic operating
instructions on the equipment. The contractor shall include a
description of the informal training in their proposal. The contractor
shall provide formal training to a minimum of two Government employees
at no additional cost. The formal training shall occur within 120 to
150, or no later than one year after installation of the equipment. The
contractor shall provide this proposed training schedule and a syllabus
of the training in his proposal. The formal training course, lasting
three to five days, shall be conducted at the manufacturer's facility
by persons having a proficiency in x-ray spectroscope. 7. Two copies of
descriptive manuals shall be furnished, including but not limited to
on-disk tutorials with proposal. 8. The contractor, consistent with
industry practices, shall provide a minimum of a one year warranty on
the equipment. The contractor shall submit a copy or description of the
warranty in their proposal. The contractor shall provide a commercial
price list with the proposal. Delivery shall be FOB destination inside
consignee's premises at the following addresses: (1) U.S. Customs
Service, 610 South Canal Street, Suite 1100, Chicago, IL., 60607 (the
first spectrometer will be delivered in Chicago). (2) U.S. Customs
Service, 300 South Ferry Street, Suite 1300, Terminal Island, CA.,
90731; (3) U.S. Customs Service, 423 Canal Street, Room 326, New
Orleans, LA.,70130; (4) U.S. Customs Service, 6 World Trade Center,
Code 20867, New York, NY, 10048; (5) U.S. Customs Service, 630 Sansome
Street, Room 1429, San Francisco, CA., 94111; (6) U.S. Customs
Service, 607 Abercorn Street, 3rd Floor, Savannah, GA., 31401. Delivery
shall be within 120 -- 150 days after contract award, or issuance of
delivery order, FOB destination within consignees premises. The
following FAR clauses and provisions apply: FAR 52.212-1, Instructions
to offerors -- Commercial Items; 52.212-2, Evaluation-Commercial
Items; with the following evaluation criteria; award will be made to a
technically acceptable offeror at fair and reasonable prices;
52-212-3, Offeror Representations and Certifications -- Commercial
Items; 52.212-4, Contract Terms and Conditions -- Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statues
or Executive Orders -- Commercial Items, will apply to the resultant
contract: 52.203-6, 52.203-10, 52.219-8, 52.219-9, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3. All offerors must include a
completed copy of FAR 52.212-3 with their response. Because this is a
commercial item, FAR 12.603(c)(3)(ii) will be used for establishing
the solicitation response time. Offers are due to the Contracting
Officer on June 24, 1998, 3:00 p.m., local time, at the U.S. Customs
Service, Field Procurement Services Group, 6026 Lakeside Boulevard,
Indianapolis, Indiana 46278. The following clause is added to the
solicitation by addenda: TAPR 1046.673, Inspection, Acceptance, and
Receiving Reports. All responsible sources may submit an offer which
will be considered by the U.S. Customs Service. (0153) Loren Data Corp. http://www.ld.com (SYN# 0287 19980604\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|