Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

66 -- Perkin Elmer Differential Scanning Calorimeter

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
03Q0075
 
Response Due
9/22/2003
 
Archive Date
10/7/2003
 
Point of Contact
Donita Hood, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kathleen Wilson, Contracting Officer - PIB Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
dhood@usss.treas.gov, none
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. Request for Quotation number 03Q0075 is hereby issued for this requirement through Federal Acquisition Circular This procurement is restricted to 100% small business. The NAICS code is 334516 and the small business size standard is 500. The U.S. Secret Service (USSS) has a requirement for: BRAND NAME - CLIN* 0001: PERKIN ELMER CORP, Diamond Differential Scanning Calorimeter, Part No. N5360001 must meet the following specifications. (1) Must be a power compensation type differential scanning calorimeter, and must actively control the energy applied to the sample to provide a true, direct measurement of applied power; (2) Temperature measurement must utilize platinum resistance temperature sensors to accurately measure energy flow to and from the sample; (3) Software package must be able to control an existing Perkin Elmer TH-7 analyzer and overlay TG data with the DSC data: (4) Software must be able to modulate the temperature signal using step scan to separate overlapping transitions and improve sensitivity for weak transition samples; (5) Must have the capability of adding an autosampler at a later date for higher sample throughput; (6) Heating and cooling scan rates from 0.01 to 500 degrees C/minute are required; (7) Instrument should also have a dynamic range 0.1 microWatt to 800 milliWatts with a sensitivity of 0.1 microWatt; (8) Required temperature range, ambient to 730 degrees C; (9) The ability to operate with static or dynamic atmosphere, including nitrogen, argon, helium, carbon dioxide, air, oxygen, or other active gases over full temperature range is required; (10) The ability to provide heat capacity measurements with better than 1% accuracy and precision is required including an overall calorimetry accuracy of +/-1% or better and precision of +/-0.1% or better, and temperature accuracy of +/-0.1% degree or better and precision of +/-0.01% degree or better; and (11) For 115 VAC, 60 Hz power ? Includes (1) each Pyris Software. DELIVERY: Equipment must be received no later than October 30, 2003 and FOB Destination is required (all freight included) Within FAR 52.212-1, an reference to "offer" is changed to read as "quote". The provisions at 52.212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following FAR Provisions and Clauses are applicable to this RFQ unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) the following: ?An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price.? Evaluation is based on best value including cost and technical requirements. The government intends to award a firm fixed price contract/purchase order to the responsible offeror with acceptable past performance, whose quotation, conforming to the Solicitation as provided herein, is lowest in price. 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. The following Clauses cited in 52.212-5 are applicable: (11), (12), (13), (14), (15), (16), (24), and (25). 52.217-5, Prohibition of Segregated Facilities; 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; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the World Wide Web at: www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Each offeror is responsible for reading, understanding and completing all solicitation requirements. The contractor shall deliver the complete quantity, FOB Destination with all freight included in the delivered price. Delivery will be made to U.S. Communications Center, Attn: FSD-Richard Dusak 202-406-5292, 245 Murray Drive, Bldg 410, Washington, DC 20223. The desired delivery schedule is October 16, 2003; the required delivery schedule is 30 days after receipt of order. A signed copy of the Representations and Certifications must be included with offeror?s quote. Quotations must contain the following: 1) Unit Cost/Pricing for each CLIN Line Item stated; 2) The offeror shall provide backup information to support the quoted prices (e.g. a copy of current catalog or established price list, etc.); 3) Completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications, that must include the following information: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. Please direct all questions regarding this solicitation to Donita Hood at (202) 406-6790 before September 19, 2003. All responsible offerors may fax quotations to Attn: Donita Hood, at (202) 406-6801, no later than Monday, September 22, 2003 2:00 PM Local Time. Quotations may be sent by overnight mail via Federal Express to the U.S. Secret Service, Procurement Division, ATTN: Donita Hood, 950H Street, Washington, DC 20223-4518.
 
Place of Performance
Address: Communications Center - FSD, 245 Murray Drive SW, Bldg 410, Washington, DC
Zip Code: 20223
 
Record
SN00435177-W 20030918/030916213021 (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  © 1994-2020, Loren Data Corp.