|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 66 -- GAS CHROMATOGRAPH SOL F0863799QX367 DUE 012999 POC SSgt Cook @
(850) 283-8618 or SSgt Meyer @ (850) 283-8614 The 325th Contracting
Squadron at Tyndall AFB FL intends to award a purchase order under
Simplified Acquisition Procedures (SAP) for the purchase of HP 5890 Gas
Chromatograph (GC). This is a combined synopsis/ solicitation for
commercial items prepared in accordance with the format in FAR Subparts
12.6 and 13.5, 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 is F08637-99-QX367 and is issued as a
Request for Quotation (RFQ). The solicitation document, incorporated
provisions, and clauses are those in effect through the Federal
Acquisition Circular 97-10 and Defense Acquisition Circular 91-13. This
solicitation is UNRESTRICTED in accordance with FAR Part 19. The
Standard Industrialization Code is 3826, size standard 500. The
contractor shall provide the following: 1 each: Purge and Trap Unit
with AutoSampler; Unit consists of two pieces joined together: a.
Tekmar 3100 Sample Concentrator with 60" Silcosteel heated transfer
line. Cat# 14-3100-000 (Registered Patented Item) Includes: Heated
Sample Mount Moisture Control System (MCS), Trap Pressure Control
(TPC), microprocessor controlled 16 method storage with super twisted
neumatic LC display,, 5ml frit sparge sampler, gel/charcoal trap, spare
fuses, and instruction manual; b. Precept II W Robotic Vial AutoSampler
Cat# 14-PRE2-000 Includes: Teklink PC Control Software, 48 vial
drinking water and wastewater sample capability, sample vials, dual
removeable trays, automatic backflush particle filter, two internal
standard vessel capability, sample vial cooling, priority sample, 25ml
frit sparger, hydrocarbon trap and intrusion manual; Purchase
includes: installation kits, unit installation, and training. Please
acknowledge all requirements on quotations. Offerors must provide
brochures/literature of the items being offered along with their quote.
The technical literature submitted needs to clearly communicate the
offeror's understanding and compliance with the minimum requirements as
set forth in the specifications or any alternative proposal submitted
in response to this RFQ. Discussions may or may not be held with
offeror's; therefore, each offeror's initial proposal should be
complete and accurate. FOB destination is required by the Government.
FOB point is AFRL/MLQR Bldg 1117 Attention: MSgt Junn 139 Barnes Drive
Tyndall AFB Florida 32403. The required delivery date is 5 March 1999.
Contractor shall provide all materials, labor, and transporation
necessary to delivery the items. Offerors must provide warranty
information specific to all equipment. The following provisions and
clauses can be viewed through internet access at the Air Force FAR
Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB
1998) and FAR 52.252-2 (FEB 1998), the following provisions and
clauses are incorporated by reference: FAR 52.212-1, Instructions to
Offerors, Commercial Items (AUG 1998), with the following: technical
description of the items being offered in sufficient detail to evaluate
compliance with the requirements of the solicitation (i.e. product
literature), the terms of any expressed warranty, price and any
discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial
Items (MAR 1998). Award will be made to the offeror whose proposal
represents the best value to the Government. The following factors
shall be used to evaluate offers: A combination of the technical
evaluation, past performance, and price will determine the best value
to the Government. Technical compliance/acceptability and past
performance are more important than price.. Alternative proposals are
encouraged. The minimum requirements as set forth in the specifications
reflect the Government's desired features. However, alternative
proposals demonstrating technically equivalent or technically superior
performance characteristics than those outlined in the specifications
will be considered. Offerors must provide along with their quote,
information regarding past performance. Offerors must submit company
names, addresses, telephone numbers, names, of contacts, contract
numbers, and any other pertinent information to document past
performance required by the Government. This information must include
at a minimum three contracts placed over the past three years. Past
performance will be used to evaluate the contractor's ability to
perform. Past performance information should be submitted by 29-Jan-99;
OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE
PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000
OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995)
WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items.
It is tailored as follows: subparagraph c is changed to read: "Changes.
Changes in the terms and conditions of this contract may be made only
by written agreement of the parties with the exception of
administrative changes such as changes in paying office, appropriations
data, etc. which may be changed unilaterally by the Government."; FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (Jun 1998); FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct
1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers
with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR
52.225-18, European Sanction for End Products (Jan 1996); FAR
52.232-33, Mandatory Information for Electronic Funds Transfer Payment
is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance
with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR
1998), prior to receiving any contract award, contractors must be
registered in the Central Contract Registration (CCR). If not already
registered, you should immediately register with CCR by calling
1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line
registration with the CCR is also available at the Small Business
Administration Internet address (www.sbaonline.sba.gov). Confirmation
of CCR registration must be obtained before award can be made. DFARS
252.225-7001, Buy American Act and Balance of Payment Program (Mar
1998); DFARS 252.225-7007, Buy American Act Trade Agreements Balance of
Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain
Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act
-- North American Free Trade Agreement Implementation Act Balance of
Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data --
Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of
Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009,
Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002,
Certification of Requests for Equitable Adjustment (Jul 1997). Quotes
should reference RFQ No. F08637-99-QX367. Offers must be sent in
writing/fax to the Purchasing Agent SSgt Cook no later than 29-Jan-99
at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: SSgt Cook, 501 Illinois Ave.,
Suite 5, Tyndall AFB FL 32403-5526. For more information contact the
administrator SSgt Cook at (850) 283-8618 or SSgt Meyer at (850)
283-8614. You may also email Todd.Cook@Tyndall.af.mil. Posted 01/19/99
(W-SN289075). (0019) Loren Data Corp. http://www.ld.com (SYN# 0374 19990121\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|