Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
MODIFICATION

66 -- X-Ray Florescence (XRF) Analyzer

Notice Date
7/12/2006
 
Notice Type
Modification
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q1217060005
 
Response Due
7/26/2006
 
Archive Date
7/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS AMENDMENT / 07/12/2006 This amendment addresses the specifications previously provided within the original announcement. All specifications are expressed as minimum guidelines only. No brand name is stated, nor preferred. All proposals for available XRF Analyzers are being sought. All proposals received will be evaluated on a fair and equal basis per the evaluation criteria provided in the original solicitation for the best value to the government. The specifications as they are written are not intended to exempt any vendor proposals. As referenced in FAR 11.104 (b), all specifications listed in this solicitation are a general description of those salient physical, functional, or performance characteristics for any proposed item to meet or exceed, to be considered acceptable for award, as determined in the best value tradeoff selection process. Based upon the necessary clarifications addressed by this amendment, the solicitation proposal due date is extended through the close of business, July 26, 2006 (4pm local time, Lakewood, Colorado). ORIGINAL SYNOPSIS (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. (2) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government. (3) The proposed contract is 100% set-aside for Small business concerns. All responsible Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (5) Solicitation #:Q1217060005. This solicitation is issued as a Request for Quote. (6) NAICS code: 334513; Small business size standard 500 employees. (7) Contract Line Items: Contract line item 0001: One each, X-Ray Florescence Analyzer (XRF). Contract line item 0002: Training to be held at NPS location (est. 20 individuals), Santa Fe, NM Contract line item 0003: 50 hours post purchase support. Contract Line item 0004: software to run the necessary programs to interface with the XRF and the PDA, custom calibrate the XRF, fine tune instrument settings, conduct and display the required analyses, and project the results of that analysis for simultaneous viewing by multiple individuals. Contract Line item 005: PDA for use with XRF system, to link with laptop. Contract Line item 006: Waterproof case for XRF Contract line item 007: Tripod that will enable upright and multi-angle attachment to the tripod. (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in paragraph 12 below; b) price proposal for contract lines noted in paragraph 7-9 above; c) completion of provision 52.212-3 as noted by paragraph 12 below; d) acknowledgement of any solicitation amendments. (10) Quoters shall e-mail their quotations to Joe Gatlin at joseph_gatlin@nps.gov. Quote shall be submitted to insure arrival at the e-mail address noted by 2:00 pm local time, Lakewood, Colorado, July14, 2006. The anticipated award date is on or about Friday, July 28, 2006. (11) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than price, when combined are significantly more important than price. The following factors shall be used to evaluate offers: Product Specifications Ability to identify the presence of: Arsenic, Mercury, Lead, Magnesium, Aluminum, Silicon, Phosphorus, Sulfur, Chlorine, Argon, Potassium, Calcium, Scandium, and a minimum of any 27 additional elements taken from the periodic table, through non-invasive data collection. A spectral display which clearly differentiates between Arsenic, Mercury and Lead when results are presented. Spectral display can be fine tuned by the software to analyze very small peaks. Software that operates on a PDA and laptop computer and interfaces between the two and must be easy to install, manage, upgrade and operate. The software must be able to custom calibrate the analyzer and fine tune the instrument settings. Laptop and PDA with installed software must be included in the package. The analyzer must be capable of tripod mounting with two mounting systems to enable upright and multi-angle attachment to the tripod. The tripod must be included in the package. This will enable the analyzer to gather data without touching or damaging objects. The analyzer must be hand-held, portable, lightweight (under 5 lbs), and transportable via aircraft, due to the effects of altitude and air pressures on this type of equipment. Training to be provided by the vendor at a NPS prescribed location for up to 20 technical and non-technical people. Post purchase support, within five years of purchase, not to exceed 50 hours of assistance with spectral identification, custom calibration, fine tuning, instrument settings, problem solving, system operation issues, and troubleshooting. Software which enables the transfer of a list of catalog numbers to the PDA for use in the field. A laptop interface with the analyzer that must enable live data viewing and projection suitable for multiple individuals to participate in the viewing process. Applicable Standard Industry Commercial Warranty. Past Performance Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, completed within the last three years, which they consider similar in nature. (12) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (13) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, 52.232-29. (14) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660. (15) Delivery Schedule: The contractor shall supply the requested XRF Analyzer, per contract line item # 1, within 30 days of Notice of award. The training per contract Line item # 2, shall be provided by the contractor within 45 days of notice of award, and shall be provided at a Santa Fe, New Mexico location to be announced at the time of the award. (16) Description of the requirement and place of delivery & acceptance: A) DESCRIPTION The awarded vendor shall provide an X-Ray Florescence (XRF) Analyzer needed to test for heavy metal pesticides and chemical contaminants on cultural items subject to the Native American Graves Protection and Repatriation Act (NAGPRA) and test materials composition of other cultural and natural history museum objects in the custody of the National Park Service (NPS). B) LOCATION The vendor shall provide and deliver the XRF Analyzer to the Western Archeological and Conservation Center, Tucson, AZ 85745, and provide training at a specified Santa Fe, NM location. Exact location addresses will be provided upon award of the contract. C) PARK REQUIREMENTS None D) SUBMITTALS Each offeror shall provide with their quotation, all product specifications and data sheets available for the requested item. All information as requested in items 10, 11, 12, 13, and 17B. E) PAYMENT Payment will be made at the contracted unit price.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2210869)
 
Place of Performance
Address: Western Archelogical and Convservation Center, Tucson AZ, and Santa Fe, NM
Zip Code: 85745
Country: US
 
Record
SN01087592-W 20060714/060712221238 (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.