|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 66 -- GAS CHROMATOGRAPH SOL N00244-99-T-0231 DUE 031599 POC Joan
Balazs 619-532-2892 FAX 619-532-2347 e-mail
joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information
regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This
is a combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-99-T-0231. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-10.
This solicitation is issued on an restricted basis, under Standard
Industrial Code 3826 with a small business standard of 500 employees.
FISC San Diego has a requirement for the following item: Gas
Chromatograph for Environmental measurement, one (1) each, Varian 3800
GC or equal with the following minimum specifications: GAS
CHROMATOGRAPH SYSTEM: Compact, table-top, not to exceed the following
dimensions: 66cm. Width, 53 cm. Depth, 53 cm height, 8 stored methods
(battery-protected), 3 installed and concurrently operating detectors,
3 installed and concurrently operating injectors; 6 heated zones
excluding column oven); 7 powered external events; manual or electronic
control of carrier gas, LCD display, Full ethernet communications using
industry-standard protocols, Full LAN connectivity, 3 time-programmable
analog outputs (0-1 V),Temperature range: ambient +4 C to 450 C,
cryogenic -99C to 450 C, 7 ramps w/ 8 isothermal holds
(temperature-programmed) and 100 C/min. ramp rate, Rapid cool-down rate
of 4.5 min. from 400 C to 50C, Split/splitess universal capillary
injector, Choice of 5 standard detectors (TCD, FID, TSD, FCD, PFPD)
Autosampler w/ five pre-set modes (standard, volatile, viscous, neat,
SPME w/agitation), Carrier gas filters (oxygen trap, HC and water)
Start-up kit w/ CP-Sil 8 Column, Communication cable. WORKSTATION
SYSTEM: Computer: Pentium 200 mmx processor, 32 MB RAM, 3GB, 3.5
floppy, Logitech mouse, 256 KB cache, 2 MB video memory, CD-ROM
(12-24x), 2 serial points, 1 parallel port, Microsoft Windows 95, five
slots, 2 full-size ISA slots, 1 full-size ISA or PCI slot, 2 PCI
slots, Switchable between 110 or 220 volt operation, Factory installed
software: Star Chromatography Workstation Software Ver. 5.0, Control
software, Auto sampler (including SPME mode) and ADC board, Advanced
application software: Systems suitability software, AIA import/export
utility, ASCII conversion utility, Microsoft Excel Macros, Summary
reports w/ control charts, peak grouping, dual channel report, 15 inch
SVGA monitor, HP deskjet color/b&w printer w/ cable. METHOD
DEVELOPMENT FOR PCB MEASUREMENT: Pattern Recognition Software for PCB
determination using Method 8080. Required delivery is to FISC San
Diego's Fuel Depot, Pt. Loma, CA. Acceptance shall be at destination.
The following provision apply FAR 52.212-1, Instructions to Offerors
Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. Offerors are required complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and certifications Commercial Items. Clause FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7
Other than New Material, Residual Inventory, and Former Government
Surplus Property. The clause at 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders Commercial Item
applies with the following applicable clauses for paragraph (b): FAR
52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative
Action for Handicapped Workers, FAR 52.222-37 Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98. Lack of registration in the
CCR database will make an offeror/quoter ineligible for award. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more
information. DFAR 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and
Balance of Payment Program, and DFAR 252.225-7012 Preference for
Certain Domestic Commodities. DFAR 252.225-7035 Buy American Act --
North American Free Trade Agreement Implementation Act -- Balance of
Payments Program Certificate. The Government intends to make a single
award to the responsible Offeror whose offer is the most advantageous
to the Government considering price and price related factors.
Provision 52.212-2 Evaluation Commercial Items applies with paragraph
(a) completed as follows: 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 descriptions for Line
Item 0001. All responsible Offerors are to submit current pricing,
delivery time, payment terms, cage code, Dunn and Bradstreet number,
Tax Identification Number and all applicable specifications regarding
this solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later that 3:00 p.m.
PST, March 15,1999 and will be accepted via FAX (619-532-2347) Attn:
Joan Balazs Clause information can be downloaded from the internet from
the following addresses; http://www.arnet.gov/far/ or
http://acq.osd.mil/dp/dars/dfars/dfars.html Posted 02/25/99
(W-SN302329). (0056) Loren Data Corp. http://www.ld.com (SYN# 0284 19990301\66-0017.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|