Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

66 -- HUMIDITY CONTROLLED CYANOACRYLATE FUMING CHAMBERS

Notice Date
February 13, 2001
Contracting Office
U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001
ZIP Code
20535-0001
Solicitation Number
RFQ-0017653
Response Due
February 26, 2001
Point of Contact
Earlene H. Lewis, Contracting Officer, 202-324-9011
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR 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 is issued under Request for Quotation (RFQ) number 0017653, using Simplified Acquisition Procedures (SAP). The NAICS code is 421490. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)97-21. This will be a Firm-Fixed price contract. Requirement:-Humidity controlled cyanoacrylate fuming chambers: (two each)-CA250BX-Chamber 60"x 35"x25" with CA250 electronic control panel, (two each)-CA250BX Chamber 36"x30"x36" with CA250 Electronic control panel. Specifications: Vapor sealed lights, brushless sparkles motor blower, aluminum frame, tempered safety glass access doors, acrylic walls, swing out doors, hanging rods, evidence trays, fuming heater which has the heating range of zero to 300 degrees Celsius, external humidifier which can be adjusted from zero to 100% relative humidity, humidity sensor -- CA250 electronic control panel requirements: main power switch, relative humidity, temperature control, purge cycle timer/controller, circulating fan on/off, humidity ready indicator, purge controller complete indicator, one of the 60'X35"x25" must be mounted on a cart or be of a free standing style. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an equal, the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an equal product the brand name if any, of the product to be furnished shall be inserted on the proposal. The evaluation of the quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. The Government reserves the right to request product samples which can be tested for compatibility. A Standard Commercial warranty is required. FOB-Destination -- Cheverly, MD. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors -Commercial Items (Oct 2000), FAR clause 52.212-4 -Contract Terms and Conditions-Commerce Items (MAY 1999), FAR clause 52.212-5 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2000). Each offeror shall include a completed copy of the FAR provisions at 52.212-3-Offeror Representations and Certifications-Commerce Items (Oct 2000) with its offer. All responsible sources may submit a quotation which, if timely received shall be considered by the Government. The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offerors will be evaluated in accordance with FAR Provision 52.212-1-Evaluation-Commercial Items (Jan 1999). The following factors: Quality of merchandise offered and price. Proposals can also be faxed to (202) 324-0570.
Record
Loren Data Corp. 20010215/66SOL009.HTM (W-044 SN50D5R7)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com