Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

66 -- PORTABLE FOURIER TRANSFORM INFRARED W/DIAMOND CELL ATR

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
Reference-Number-RFQ040023
 
Response Due
4/19/2004
 
Archive Date
5/4/2004
 
Point of Contact
Ava McIntire, Contract Specialist, Phone 202-406-6787, Fax 202-406-6801, - Rodney Magee, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
amcintire@usss.treas.gov, rmagee@usss.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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quotation number 04Q0023 is hereby issued for this requirement through Federal Acquisition Circular 01-21. This action is unrestricted. The U.S. Secret Service (USSS) has a requirement for one (1) each Portable Fourier Transform Inrared (FT-IR) w/Diamond Cell ATR. Offeror?s must propose on a refurbished unit, as well as a new unit. As a minimum, the unit(s) must have: spectral libraries; minimum one (1) year warranty; software upgrades; and a hardened transport case. The Portable FT-IR?s must be capable of collecting data, performing a database search, manipulating data, and generating reports, which can either be provided via a peripheral support unit or an integrated unit. The software must contain a spectral database to include common chemicals, explosives, forensic drugs and precursors, common white powders, and toxic industrial chemicals. The spectral range of the unit(s) must be a minimum of 4000-650 cm-1, and the maximum resolution must be 2 cm-1. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: ?The government intends to award a firm fixed price purchase order to the responsible offeror whose quotation, conforming to the solicitation as provided herein, will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in order of importance: 1) Technical Compliance; 2) Warranty; 3) Software Upgrades; and 4) Price. When combined Technical Compliance, Warranty and Software Upgrades are more important than Price. The evaluation will consist of reviewing literature for compliance in meeting or exceeding requirement specifications.?; 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: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, 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; 52.225-3, Buy American Act-North American Free Trade Agreement; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the Intranet, www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Quotations must contain the following: 1) all descriptive literature to enable the USSS to perform a complete evaluation regarding technical specification conformance; 2) pricing for a refurbished unit, as well as pricing for a new unit; and 3) Completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications. The government reserves the right to make an award to an offeror for a refurbished unit or a new unit. All responsible offerors may submit proposals by fax to Ava McIntire at fax number 202-406-6801, by email to Ava.Mcintire@associates.usss.dhs.gov, or by Federal Express or courier to U.S. Secret Service, Attn: Ava McIntire - Procurement Division, Suite 6700, 950 H Street, NW., Washington, DC 20223. Proposals must be received no later than April 19, 2004, at 12:00 pm local time. The government will not consider proposals received after this date and time.
 
Record
SN00558842-W 20040404/040402211553 (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.