Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

35 -- 35 - Mass Spectrometric Detector

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133C-05-RP-1103SLW
 
Response Due
5/19/2005
 
Archive Date
6/3/2005
 
Description
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Management Division (CRAMD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Center for Coastal Fisheries and Habitat Research (CCFHR), in Charleston, SC for a Mass Spectrometric Detector (MSD). This constitutes the only Request For Proposal (RFP), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No. WC133C-RP-1103SLW. This is a full and open procurement. The NAICS code 334516. There is one contract line item. Pricing Format: Provide itemized pricing as follows: UNIT PRICE TOTAL Line Item #1 ?C Automated DNA Sequencer $__________ $__________ FOB Destination GRAND TOTAL: $_____________ SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFP and the incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-03. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, shall be: 52.203-3 Gratuities (Apr. 1984), 52.204-4 Printed or Copied Double-Sided on Recycled Paper (August 2000), 52.211-9 Desired and Required Time of Delivery (Jun 1997), The Government desires delivery 30 days after receipt of the order. The required time is 60 days after receipt of order. Offerors can propose a different delivery schedule, 52.212-4 Contract Terms and Conditions ?C Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?C Commercial Items (Apr. 2005) (Sections 1, 7, 14, 15, 16, 17, 18, 19, 20, 21, 24, 26,27 and 31, 52.215-21 (Alt IV) Submission of cost or pricing data is not required.. However, offerors may be required to provide information relating to price pursuant to FAR 15.403-3, 52.232-17 Interest.1352.201-70 Contracting Officer??s Authority (Feb. 2005), 1352.201-71 Contracting Officer??s Technical Representative (COTR) (Feb 2005), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.209-73 Compliance with Laws (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000) (Firm-Fixed Price Contract for Supplies), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.246-70 Inspection and Acceptance (Mar. 2000) The Contracting Officer or the duly authorized representative will perform inspection and acceptance of supplies and services to be provided under this contract. Place of delivery will 219 Ft. Johnson Road, Charleston, SC., 52.247-34 FOB: Destination. Inspection and acceptance will be performed at 219 Ft. Johnson Road, Charleston ,SC, 1352.247-70 Packing for Domestic Shipment, 1352.252-70 Regulatory Notice (Mar 2000). SECTION C- STATEMENT OF WORK 1352.211-70 Statement of Work/Specifications (Mar 2000) The Contractor shall furnish the necessary personnel, material, equipment, and services to provide the following statement of work/specifications. The U. S. Department of Commerce, NOAA, intends to acquire a Mass Spectrometric Detector (MSD) for the National Ocean Service in Charleston, SC. Specifications: Ion trap MSD system with Both API-ESI and APCI ion sources and MSn capability (n?? 5). The instrument must be fully compatible with existing Agilent 1100 LC system, Sensitivity: 1 pg total sample with signal-to-noise ration 50:1 or greater, Mass range: 50 ?C 2200 or greater, Scan speed: Capability of 26,000 units per second or greater., Data control and processing system (PC), Software for data acquisition and analysis. This software must be fully compatible with existing Agilent 1000 LC system, instrument and computer installation, Familiarization with product, One year personal computer repair recovery service, one year software upgrades(s), one year phone assistance, one year instrumentation warranty, service and maintenance contract available on expiration of one-year instrumentation warranty, including phone assistance. Warranties become effective three days after successful installation of instrument, computer, and software. Delivery is required 30 days after receipt of award. SECTION D ?C FAR PROVISIONS The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors ?C Commercial Items (Jan. 2005), 52.212-2 Evaluation Commercial Items (Jan. 1999) {The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, and documentation that demonstrates the ability to provide equipment that meets or exceeds the Government??s minimum requirement as specified herein. This includes providing descriptive literature; and information on compatability with the existing system. Delivery schedule. Ability to meet or exceed the Government??s delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is that are the same or equal to that described herein. Price Reasonableness: All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 52.212-3 Offeror Representations and Certifications ?C commercial Items (Jan 2005) Offeror??s are to include a completed copy of this provision with its offer. 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 51.216-1 Type of Contract. This is a firm fixed price contract. 52.233-2 Service of Protest. Protest as defined in section 33.101 of the Federal Acquisition Regulations, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer at U.S Department of Commerce, Central Region Acquisition Management Division, Attn: Sharon Walker, 601 E. 12th Street, Room 1756, Kansas City, MO 64106., 1352.215-71 Proposal Preparation (March 2000) Proposals are expected to conform to the solicitation provision and be prepared in accordance with the instructions. The proposal shall be clearly and concisely written as well as being neat, and logically assembled. The proposal shall provide information relative to the evaluation criteria set forth in FAR 52.212-2 Evaluation of Commercial Item, 1352.215-73 Inquiries (Mar. 2000). All FAR clauses and provisions are available on the Internet Website http://www.acqnet.gov/far. SECTION E ?C ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Administrative Support Center (CASC), Acquisition Management Division (AMD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government now requires all contractors submit their Certification and Representation. Certs and Reps should be returned with quotation. Signed and dated offers, technical proposal, price proposal and descriptive literature(one original/two copies) must be submitted to U.S. Department of Commerce, CRAMD, Attn: Sharon Walker, 601 E. 12th Street, Room 1756, Kansas City, MO 64106 or before noon (CST) on May 19, 2005. Contact Sharon Walker at 816-426-7470.
 
Record
SN00805854-W 20050514/050512211826 (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.