COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2001 PSA #2945
SOLICITATIONS
66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
- Notice Date
- September 25, 2001
- Contracting Office
- Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms, Acquisition Division, Room 3290, 650 Massachusetts Ave., NW, Washington, DC 20226
- ZIP Code
- 20226
- Solicitation Number
- 14050044
- Response Due
- January 9, 2027
- Point of Contact
- Angel C. Matthews-Warren, 202/927-8688
- E-Mail Address
- acmatthews@atfhq.atf.treas.gov (acmatthews@atfhq.atf.treas.gov)
- 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. The Bureau of Alcohol, Tobacco and Firearms (ATF) has a requirement for Sterling Load Cells with Fire Resistant. Items and Services includes: Sterling Model DC 15LP-9696-5 Water Scale, all stainless 304 construction, Four load cell suspension includes hermetically sealed strain gage load cells, stainless water-tite specification, each 5000 lb. Capacity platform smooth S.S. 304, one piece construction 8' x 8', 5000 1 lb. X 1 lb. Capacity, one Sterling Model DW810 Digital Weight Indicator for remote location up to 100' from platform either in S.S. NEMA 4 moisture tite housing or S.S. panel mount, included with indicator is 4/20 mA output; Remote S.S. Summation box with up to 50' of four load cell cable for scale platform; Special Fireproof platform protection consisting of 8' X 8'x 1" thick calcium silicate board plus upper and lower offset supports for platform suspension and to provide air circulation between upper platform and load cell assemblies. All per print #MP42001 except platform 8'X8' instead of 5' x 5', heights of lower and upper supports can be increased up to 24" without extra cost; One set of forklift channels to allow standard 4" forks to lift scale and front (approx. 2500 lbs.) for relocation; Storage at Sterling's plant in Southfield, MI; photos and affidavit provided to confirm location of equipment and no charge for storage up to 12 months, delivery and installation via Sterling truck and operator; includes special crating for 8" x 8' configuration, Warranty includes 1 year for defective parts and labor. This award will be made utilizing the simplified acquisition procedures under FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. All interested parties must submit a quote that demonstrates capability to provide premium maintenance support to the JSM-5910LV Scanning Electron Microscope to include costs, and detailed literature on ability to perform this service by 5:00 p.m. EST Sept. 27, 2001. All quotes must include detailed literature on ability and resources to perform this service. Awardee must complete an SF-3381, ACH/Vendor Miscellaneous Payment Enrollment Form, for payment via electronic funds transfer. Quotes will be acceptable by mail or by facsimile at 202/927-8688). The period of performance is for 12 months from the date of award. Requirement is for the purchase of laboratory equipment and support services. The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The provision at FAR 51.212-2 Evaluation-Commercial Items applies to this acquisition. Evaluation factors in declining order are as follows; Past Performance, Quality, and Cost. Past performance and quality combined are more important than cost. Awardee must complete a SF-3381 ACH Vendor/Miscellaneous Payment Enrollment Form. Quotes must include delivered price and product literature, which lists specifications. Award will be based on meeting the technical specifications listed above, on an ALL OR NONE basis and the BEST VALUE to the government. The Government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. past performance, and quality) are superior. A "premium" is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Past Performance and/or Quality standpoint. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior Past Performance and/or Quality. Quotes will be acceptable by mail or by facsimile at 202/927-8688. Questions concerning this procurement should be addressed by fax to Angel C. Matthews-Warren, Contracting Officer, (202) 927-8688. All interested parties must submit a quote by 5:00 p.m. EST Sept. 27, 2001.
- Web Link
- acmatthews@atfhq.atf.treas.gov (acmatthews@atfhq.atf.treas.gov)
- Record
- Loren Data Corp. 20010927/66SOL001.HTM (W-268 SN50Y6H1)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on September 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|