Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

66 -- Energy Dispersive X-Ray Fluorescence Spectrometer

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
Reference-Number-SW-PR20018705
 
Response Due
7/13/2006
 
Archive Date
7/28/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Subpart 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is SW-PR20018705. The solicitation is issued as a Request for Quote (RFQ) incorporating provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, dated April 19, 2006. The North American Industry Classification System (NAICS) code is 334516, for which the size standard is 500 employees. DESCRIPTION: Energy Dispersive X-Ray Fluorescence Spectrometer-(1) Bench top model not requiring retrofit or separate purchase of bench, with a 12 position auto-sampler; (2) Capable of non-destructive elemental analysis of Na through U; (3) Has a fully automated, air-cooled, low power chromium side-window X-Ray tube with maximum excitation voltage of 30kv and maximum power of 9 watts; (4) Able to analyze both solids and liquids in the states in which they are received; (5) Includes a helium purge system with regulators and connections; (6) Has range of ppm to 100% for most elements; (7) Has a solid-state Si-drift detector with two-stage Peltier cooling; (8) Has a software controlled 6 position filter changer. Filters to be available with and one of each included in equipment shipment include Kapton 50?m, Al 50?m, Al200?m, Mo 100?m and Ag 100 ?m; (9) Includes IBM compatible computer with Pentium IV processor, 2.8 GHz, 258 MB DDR SDRAM at 400 MHz, 40 GB hard drive, a flat panel monitor no smaller than 15?, a CD/RW drive, keyboard, mouse, USP interface, speakers, Microsoft Windows XP, Microsoft Office 2003 Small Business, jet color printer; (10) Analytical and statistical software to be compatible with Windows XP and capable of ?Peak Deconvolution?, ?Standardless Quantitative Analysis?, and analyses with standard reference materials; (11) Has a PC-Anywhere Diagnostic System; (12) Includes user start-up kit, basic and advanced on-site training (application specialist expenses included), shipping and installation with on-site proof of satisfactory operation; (13) Delivery address in Houston, TX will be provided upon award. Quote must list DUNS number and Federal Tax ID Number (TIN). All offerors must be in the Central Contractor Registration (CCR) at the time of award and must accept payment by Electronic Funds Transfer (EFT). CLAUSES/PROVISIONS: The following FAR and HSAR clauses and provisions apply: 52.212-1, Instruction to Offerors-Commercial; 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 with the following clauses checked: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate II, 52.225-13, 52.232-33; additionally FAR 52.222-20 Walsh-Healey Public Contracts Act, 52.244-6 Subcontracts for Commercial Items, 52.253-1, Computer Generated Forms and HSAR 3052.209-70, Prohibition of Contracts with Corporate Expatriates shall apply. Offerors are also to submit with their quotes, a completed copy of 52.212-3, Offeror Representations and Certifications?Commercial Items; see https://orca.bpn.gov/ for online submittal. For the exact text and working of clauses and provisions, please see http://acquisition.gov/far/current/html/. DEADLINE: Quotes will be accepted until July 13, 2006 at 1430 EDT. They may be mailed to U.S. Dept. of Homeland Security, National Acquisition Center, Attn: Susan Wallace, 6650 Telecom Dr. #300, Indianapolis, IN 46278, faxed to 317-298-1344 to the attention of Susan Wallace, Contracting Officer, or emailed to Susan.Wallace@dhs.gov. Questions may be emailed or faxed to Ms. Wallace.
 
Place of Performance
Address: Houston, TX
Country: USA
 
Record
SN01079114-W 20060630/060628220357 (fbodaily.com)
 
Source
FedBizOpps 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.