Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

66 -- X-Ray Fluorescence Spectrometer

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Consumer Product Safety Commission, Directorate for Administration, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, MD, 20814-4408
 
ZIP Code
20814-4408
 
Solicitation Number
REQ-4500-05-0010
 
Response Due
7/28/2005
 
Archive Date
8/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The U.S. Consumer Product Safety Commission (CPSC) is soliciting to purchase a state-of-the-art high resolution bench top energy dispersive x-ray XRF System: X-ray Fluorescence Spectrometer. This solicitation may or may not be awarded. 1. The following items are the minimum salient characteristics: (a) Sampling system shall allow for analysis of solids, liquids, slurries, powders, alloys and thin films. (b) Shall have safety interlocks to prevent accidental radiation exposure. (c) Computer software shall provide for qualitative and quantitative analysis. (d) Shall use x-ray tube as excitation source. (e) Elemental Analysis Range ? Shall be able to analyze elements with atomic numbers ranging from Na to U. (f) Shall be capable of analyzing in air atmosphere, and be upgradeable to allow operation in He or vacuum. (g) Detector Resolution of 170eV at 5.9keV. (h) Max tube potential of 50kV, and max power of 50 watts. 2. Additional Information to Quoter?s: (a) The instrument shall be new and model currently in production. Refurbished or demonstrator instruments are not acceptable. (b) The quoter shall include a one year warranty for: (i) Parts. (ii) Labor. (iii) Travel. (c) The quoter shall provide at least five references with company and contact names, addresses, and telephone numbers of which they have provided a similar system. A CPSC representative will call references, and all references shall provide positive responses to inquiries concerning instrument reliability and service support. (d) Quoter?s shall provide installation assistance and introductory training either on-site or via World Wide Web, e-mail, or written instructions. 3. This requirement will be evaluated on both the minimum salient characteristics and Additional Information to Quoter?s as mentioned above. The North American Industrial Classification System (NAICS) code 334517 applies to this procurement. The small business size standard is: 500 employees. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This is a Firm-Fixed Price type contract. Quoter?s shall bid on all items or their bid will be rejected. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. FOB: Destination for delivery address: U.S. Consumer Product Safety Commission Directorate for Laboratory Sciences 10901 Darnestown Road Gaithersburg, MD 20878. 4. Potential quoter?s shall complete and include a copy of the following provisions with their quote: (a) FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2, Evaluation-- Commercial Items. (b) FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. 5. The following clauses are applicable to this solicitation: (a) FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (b) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. (c) FAR 52.219-6, Notice of Total Small Business Set-Aside. (d) FAR 52.222-3, Convict Labor. (e) FAR 52.222-19, Child Labor. (f) FAR 52.222-21, Prohibition of Segregated Facilities. (g) FAR 52.222-26, Equal Opportunity. (h) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (i) FAR 52.222-36, Affirmative Action for Handicapped Workers. (j) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (k) FAR 52.225-1, Buy American Act ? Supplies. (l) FAR 52.232-33, Payment by Electronic Funds Transfer. (m) FAR 52.233-3, Protest After Award. (n) FAR 52.233-4, Applicable Law for Breach of Contract Claim. (o) FAR 52.247-34, F.O.B. Destination. Award will be based on best value to the government, which is lowest cost and technically acceptable. Quotations are due on Thursday, 28 July 2005 by 03:00 p.m. Washington, D.C. EST. This purchase is contingent upon the availability of funds. Please submit quotes to fax number (301) 504-0628. E-mail questions to William A. Graves at wgraves@cpsc.gov.
 
Place of Performance
Address: U.S. Consumer Product Safety Commission, Directorate for Laboratory Sciences, 10901 Darnestown Road, Gaithersburg, MD 20878,
Zip Code: 20878
Country: USA
 
Record
SN00846896-W 20050716/050714211515 (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.