Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14, 2000 PSA #2726
SOLICITATIONS

66 -- MULTIGAS ANALYZER

Notice Date
November 9, 2000
Contracting Office
Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669
ZIP Code
87117-5669
Solicitation Number
CPT019940550
Response Due
November 24, 2000
Point of Contact
Emelda M. Armijo, Contract Specialist, 505/846-8457 or Patricia M. McDaniel, Contracting Officer, 505/846-8799
Description
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. AIC No.: CPT019940550 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-20 and DFARS Change Notice 20000731. This is 100% set aside for small business concerns. Applicable NAICS 334516 and Size Standard is 500 employees. Line Item 001 -- Photoacoustic Multigas Analyzer, Model 1312, Mfr.: Innova Airtech Instruments or equal, quantity -- 1 each, Line Item 002 -- Optical Filters for SF6 DLT @ 0.006 ppm, CF4 DLT @ 0.003 ppm and TEP (Triethyl Phosphate) DLT @ 0.1-0.2 ppm, Mfr.: Innova Airtech Instruments with Span Calibration or equal (potentially interfering chemicals and conditions: Water vapor, Ethylene , Methane and ambient temperature), quantity -- 3 each. Measurement cycle time: <1 minute per measurement (rugged construction for field operation). Power requirement: 115Vac, 60Hz. Dimensions: Height: <12 in., Width: <19 in, Depth: <20 in., Weight; <25 lbs. Communication: RS-232-C & IEEE488 interface. Temperature: Operating Temperature: 45 F to 100 F, Storage Temperature: 0 F to 120 F. Software: User-friendly PC software to setup and retrieve data from the unit. Documentation: User guide and service manual. Back-up Battery: 48 hours. This is a brand name or equal requirement. If quoting other than brand name product, the offeror must provide the manufacturer's brand model or part number along with a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations, drawings or other documents if necessary. Delivery required is 60 days after the issuance of a purchase order. Delivery shall be FOB: Destination to Defense Threat Reduction Agency, c/o Honeywell, Kirtland AFB, NM 87117 with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply to this acquisition: 52.211-6 -- Brand Name or Equal, 52.212-1 -- Instructions to Offerors -- Commercial, 52.212-2 -- Evaluation -- Commercial Items. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) lowest priced brand name product, (2) technical capability or the item(s) offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision, (3) past performance -- offeror shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone Number, Contract Number, Amount of Contract, and Items provided. Offerors must include with their offer a completed copy of the provisions at FAR 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 Statutes or Executive Orders -- Commercial Items, and with the following applicable FAR clauses: 52.222-3 -- Convict Labor, 52.222-26 -- Equal Opportunity, 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 -- Buy American Act -- Supplies, and 52.225-13 -- Restriction on Certain Foreign Purchases, 52.232-34 -- Payment by Electronic Funds Transfer -- Other than Central Contractor Registration, 52.232-35 -- Designation of Office for Government Receipt of Electronic Funds Transfer Information, 52.232-25 -- Prompt Payment, 52.232-33 -- Payment by Electronic Funds Transfer- Central Contractor Registration, 52.233-1 -- Disputes, 52.233-3 -- Protest After Award, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.243-1 -- Changes -- Fixed Price, 52.246-1 -- Contractor Inspection Requirement, 52.246-16 -- Responsibility for Supplies, 52.247-34 -- Fob Destination, 52.249-4 -- Termination for Convenience of the Government (Fixed-Price)(Short Form). Additionally, each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000 -- Offeror Representations and Certifications -- Commercial items. The following clauses apply: DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 -- Required Central Contractor Registration, 252.225-7001 -- Buy American Act and Balance of Payment Program, 252.225-7012 -- Preference for Certain Domestic Commodities, 252.247-7023 -- Transportation of Supplies by Sea (10 U.S.C.2631), and 252.247-7024 -- Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and DUNS number; (5) in accordance with DFARS 204-73, Vendors must be registered in Central Contractor Registration (CCR). For Solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers are to be forwarded to the following address by no later the 2:00 p.m., 24 Nov 00 : Defense Threat Reduction Agency, Albuquerque Operations Acquisitions (AMA), Attn: Emelda M. Armijo, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes are acceptable, 505-846-4246). The anticipated award date is 7 Dec 00. The Government intends to award one (1) purchase order for the above requirement. All responsible sources may submit a quote which shall be considered by this agency. Note 1
Record
Loren Data Corp. 20001114/66SOL008.HTM (W-314 SN5064B3)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on November 9, 2000 by Loren Data Corp. -- info@ld.com