Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

Fleet & 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