Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

A -- Gas Chromatograph

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFQ-CAZ-05-0037
 
Response Due
5/20/2005
 
Description
The solicitation number for this procurement is RFQ-CAZ-05-037. Solicitation RFQ-CAZ-05-037 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-03. The NAICS code for this procurement is 334516, the size standard for this NAICS code is 500 employees. This solicitation is for the Gas Chromatograph. The specific instrument requirements are: This instrument must have the ability to analyze smoky air samples in 850 ml stainless steel canisters. This instrument must have two separate setups. No inlets are used, but it must have two 8-or 10-port valves that are air actuated upon starting the run. Both setups use FID detectors. The first setup is as follows: a packed 1/8" carbon molecular sieve column for CO and CO2. The valve has a 1 ml sample loop and back flushes to the detector (FID A). A nickel catalyst methanizer is inline before the detector. This instrument must be able to measure relatively high concentrations in smoky air, up to 1000 ppm CO and 10,000 ppm CO2. The second setup uses a GS-Q megabore .53 mm column for C1 - C4 hydrocarbons. The valve uses a 0.25 ml sample loop and pre-column (FID B). Each setup has a valve for the inlet that switches the pre-column to vent after 20 seconds to flush heavier hydrocarbons. The current set up uses a temperature program that allows the running of both analyses on the instrument simultaneously. The required delivery date is August 1, 2005. Delivery shall be made to Ms. Sherri Dingley, Rocky Mountain Research Station, 5775 Hwy 10 W Missoula, MT 59808. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria: (1) Ability to Meet Required Specifications. Offerors must be able to provide all services listed in the solicitation. Offers shall include prices for all line items; and (2) Ability to Provide the Best Price to the Government. Technical factors (i.e. ability to meet required specifications and ability to meet required delivery date of August 1, 2005), when combined, are equal to the importance of price in this solicitation. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive. All offers shall include prices, a delivery schedule/process, a completed FAR 52.212-3, Offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) - The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are NAICS Code 334516; Size Standard 500 employees. No Numbered Notes are included in this solicitation. Offers are due May 19, 2005, 16:30 local time. Offers shall be submitted to USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention MAI DAILEY, 240 West Prospect Road, Fort Collins, Colorado, 80526. All questions regarding this solicitation shall be submitted, in writing, to MAI DAILEY at (fax) 970-498-1166 or by email at mdailey@fs.fed.us.
 
Place of Performance
Address: Rocky Mountain Research Station, 5775 Hwy 10 W. Missoula, MT
Zip Code: 59808
Country: USD
 
Record
SN00801443-W 20050507/050505211643 (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.