Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOLICITATION NOTICE

66 -- Elementar Vario EL III Carbon, Hydrogen, Nitrogen, and Sulfur Analyzer

Notice Date
6/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-Q-0509
 
Response Due
7/3/2002
 
Archive Date
7/18/2002
 
Point of Contact
Sarah Drzemala, Contract Specialist, Phone 719-333-3587, Fax 719-333-4747, - Diana South, Contract Specialist, Phone (719) 333-8650, Fax (719) 333-4404,
 
E-Mail Address
sarah.drzemala@usafa.af.mil, diana.myles-south@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F05611-02-Q-0509, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 339111 and the business size is 500 employees. The proposed acquisition is reserved for 100% small businesses. Women-owned and disabled veteran-owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Vario EL III Carbon, Hydrogen, Nitrogen and Sulfur Analyzer by Elementar Americas Corporation with the control and evaluation unit software (1 each) with the following accessories: Sartorius Electronic Micro Balance with reliability to 0.001 mg., and CHNS/CNS Consumable Kit for 4000 analyses. The CHNS Analyzer will have the following requirements: Operation modes: CHNS, CNS, and S. Detection ranges: C: 0.03 mg ? 20 mg. abs. (up to 20 mg. on request) H: 0.03 ? 3 mg. abs. N: 0.03 ? 2 mg. abs. (up to 10 mg. on request) S: 0.03 ? 6 mg. abs. Suitable for organic and inorganic solids and liquids, inhomogeneous, highly volatile and sensitive substances. Sample weights between 0.02 mg. up to approximately 1 gram. Automatic sample feeder for maximum of 79 samples and rechargeable any time during operation. Size: Width approximately 28 inches, depth approximately 24 inches. Weight approximately 325 lbs. Voltage: 120 VAC, 60 Hz, 1,8 KW without external transformer. Unit Price: $______________. The FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. Delivery Date: ________________ Discount Terms: ________________. This is a Brand Name ?or Equal? Acquisition approved in accordance with 6.302-1 (c). For those offerors of an ?or equal,? include in your offer a descriptive literature such as illustrations, drawings, or a clear reference of information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer provided as an ?or equal? will not be technically acceptable. Once an offer has been determined to be acceptable then the ?or equal? will be evaluated in equal standing of other offers. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and the no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price and earliest delivery time. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer (Attachment One). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 12, 13, 14, 15, 16, 24. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. Quotes must be received NLT 4:00 pm Mountain Daylight Savings Time, 3 July 2002, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Sarah Drzemala, 719-333-9103. POC is Sarah Drzemala at 719-333-3587. Contracting Officer is Diana Myles-South at 719-333-8650.
 
Place of Performance
Address: USAF Academy
Zip Code: 80840
Country: USA
 
Record
SN00100045-W 20020628/020626213317 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.