Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOLICITATION NOTICE

66 -- Gas Chromatograph for Panama

Notice Date
12/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-WHARC-07-Q-0008
 
Response Due
1/5/2007
 
Archive Date
2/28/2007
 
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 by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for a gas chromatograph to be used by the Government of Panama pursuant to an agreement with the U.S. Department of State. The NAICS code is 334516 and the small business size standard is 500 employees. The FAR is available on the Internet at www.acquisition.gov. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Panama City, Panama has a requirement for the purchase of a one (1) each, gas chromatograph/mass, brand name or equal Thermo DSQ115LT, to be donated to the host government for NAS program purposes. The following are the "or equal" specifications which all quoters should meet or surpass. Mass Range of 1.5 or less-1,000 or more (amu, atomic mass units); Scan Speeds up to 8,000 amu/sec or more (profile and centroid); Pre-Filter for noise reduction or similar system. Sensibility: Scan Mode: 1 pico gram or less; SIM Mode: 100 femto gram or less; PCI Mode: 100 pico gram or less; NCI: 1 pico gram or less; Automatic tuning or Peak monitor; Quadrupole Mass Spectrometer; Turbomolecular pump: 250 Liters/second; Equipment should be oil-free (does not require oil to operate); Fault Detector; Empty Monitoring System; Plus/Minus up 10kv conversion dynode for better performance; Wide spectral quantitative dynamic range; Ionization Source: EI/CI:PCI/NCI; Electron Energy: Variable Voltage System; Combination ion volume for automated EI/CI operation; Data System: Monitor 17?; Software for running GC/MS and pump; sound card; video card; printer (injection) with ink separated; CD writer. Simultaneous full scan and SIM in a single analysis; Removable pre-filter or similar; Labile compounds; Libraries (latest edition): Pfleger-Maurer-Weber, Wiley, Pesticide,Thermal desorption/Pyrolysis; Configuration with two traditional detectors (changeable: GC with FID detector. Electronic control of all gas pressures and flow rates; split/splitless capillary system with electronic pneumatic control pressure and flow; 1 (one) - FID detector; 2 (two) - Injection Portion; programmable variable temperature. Ion Gauge. 1,000 vials of 2.0 ml with lid for Autoinjector; 5 units 10 ?l (micro liter) syringe for automatic injector; 50 units SEPTAS; 5 units inserts or liners; 50 units ferrules to install column of 0.25, 0.32 y 0.53 mm. 1,000 vials of 20 ml to Head Space with cap, Filters to purify Hydrogen, air, and Helium; Direct Insertion Probe System (directly via the probe) to analyze and identify solid unknown compounds without sample preparation and without pass through. GC with programmable temperature gradient, max. temperature: 700 ? c or more (include necessary accessories) Autoinjector: with both Liquids and Headspace turret included. Primary tray from 1 to 100 sample positions or more (vial capacity of 1 ml to 2 or more). Tray from 1 to 50 sample positions or more (vial capacity 10, 20 ml). Variable injection system: volume and velocity controlled by software; installer and maintenance kit of GC/MS and pump. To include: Generic ion source cleaning kit; Filament Replacement Kit for the ion source; Certified compound for tuning and calibration; equipment and pump installation and maintenance; PFTBA glass vial or similar. Double Stage Gauge unoxidizable steel to helio cylinder; 2 (two) column low bleed: 5%-diphenyl-95%-dimethylarylene siloxane copolymer, 0,32 mm, length: 30 m, Film thickness: 0,25 ?m (micro meter); and two (2 ) column : bonded/crosslinked polyethylene glycol, 0.32 mm, length: 30 m, Film thickness 0,25 ?m (micro meter). Software: total control of equipment, including GC, Autosampler, MS and FID detector; to permit fouls and maintenance diagnosis; to permit data analysis of mass and GC and compare with library; to guarantee actualizations of software with versions of equipment acquired and operating systems. UPS: 6 KVA. Other Requirements: Configuration and Installation of equipment on site (Panama City, Panama); Monitoring of the equipment for three (3) months after installation; Annual monitoring of equipment during two (2) years, upgrade; Provide all the service manuals in Spanish; Local Representative and technical support; Full warranty including parts and labor; Notification in writing that the company has the upgraded software in accordance with the equipment purchased and the operating systems versions available for a minimum period of 10 years after purchase. Training: Training in the handling of the equipment for not less than 5 days; Training in maintenance of the equipment including preventive; Detection against failures and refashions detections. Equipment must be new. The resulting contract type shall be firm-fixed price. The above price is FOB destination, Panama City, Panama. The above price includes all shipping and other costs for delivery to Panama City. REQUIRED DELIVERY DATE: February 6, 2007. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be whether the items are suitable for the intended purpose and whether they can be delivered on time. Quoters that cannot meet the delivery date for the exact item may quote the best terms they can provide. The quoter offering acceptable items that most closely match the Government's needs and required delivery date will receive most favorable consideration from a technical standpoint. The Government intends to award to the lowest priced technically acceptable quoter(s). Lowest price will be the aggregate sum of the item prices to include delivery to Panama City. QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Unit price and extended price, inclusive of delivery charges. 2) DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-07-Q-0008 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-14. The provision at FAR 52.212-3, Offeror Representations and Certifications (dated NOV 2006) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions (dated SEP 2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated NOV 2006) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (or, if an exception applies, 52.232-343, Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration). In addition, FAR 52.214-34, Submission of Offers in the English Language, 52.214-35, Submission of Offers in U.S. Currency, and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241), are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999), and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999) QUOTATIONS ARE DUE by 4:00 p.m., January 5, 2007, local (Fort Lauderdale, Florida, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-07-Q-0008. Mail to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: lloydre@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, paragraph (f).
 
Place of Performance
Address: Equipment to be installed in Panama City, Panama
Country: PANAMA
 
Record
SN01202825-W 20061229/061227220145 (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.