Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOLICITATION NOTICE

65 -- GAS ID SYSTEM

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V5270-0036
 
Response Due
2/19/2007
 
Archive Date
4/20/2007
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ5270-0036 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Kimberly Hannan. The North American Industry Classification System (NAICS) number is 334516 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The proposed contract listed here is Unrestriced. Woman and small disadvantaged business are encouraged to submit offers. The manufacturer of all items is Smiths Detection. Line Item 0001- Smiths Detection Gas ID; Item Number: 023-3001 GAS DETECTION Includes: 12VDC or 115/240 VAC 50/60HZ, Pelican hardened shipping case, Thermal Desorption Sampling Kit (inc: 100 customized sample tubes, 30 standard tubes for training) Intrinsically safe sampling pump-UL certified, Tube holder, Tedlar bag sampling kit, Data compartment (USB port, ethernet port, keyboard/mouse port and power port), Rechargeable batteries (2 batteries for Gas ID system, 2 batteries for heater and pump, 1 battery for sampling pump), External battery charger, USB stirage devuce w/ 64MB storage capacity, Keyboard and mouse to be used w/ GasID system, CD-ROM drive for library/software installation (libraries inc. NIST/EPA vapor phase infarared library, PNNL/DOE vapor phase infrared library, WMD vapor phase library) 400 Additional customized sample tubes, Additional intrinsically safe sampling pump, Additional tube holder module, One year warranty and Partnership Program (inc. free software upgrades, all parts and labor to repair system, free loaner (delivered by overnight carrier), access to proprietary website, 24/7 reachback access to Ph.D chemists, engineers and applications scientists for spectral interpretation assistance and/or technical support. Included libraries: item number: 000-0070; NIST/EPA vapor phase infeared library; item number: 000-0071; PNNL/DOE vapor phase infeared library; item number: 000-0072; WMD vapor phase infrared library. Line Item 0002: GasID 5 year Partnership Program; Item Number: 023-4026 Features: Free software updates, all parts & labor to repair system, free loaner, access to proprietary website, 24/7 reachback access to Ph.D chemists, engineers, and application scientists for spectral interpretation assistance and/or technical support. This is an extension of the standard 1 year warranty included with the system. Line Item 0003: GasID Adjustment for International Shipments; Item Number: 023-1999; Includes: any required export paperwork, Packaging for international shipment, upgrades the partnership program for international location, where applicable, on-site OCONUS command system only, local language training, local language manuals, local language software, local service and support, reachback available either through local expert or smiths 24/7 reachback program (English speaking only) based in US Line Item 0004: Tube Holder Module; Item Number: 023-4037; thermal desorption tube holder for sampling low concentrations of gases and vapors. Line Item 0005: Intrinsically Safe Sampling Pump - ATEX Certified Version; Item Number: 023-4034; ATEX certified sampling pump for Hot Zone sampling. Pump is used in conjunction with the Tube Holder to facilitate adsorption of gases and vapors. Line Item 0006: Customized Sorbent Tubes - Qty. 100; Item Number: 023-4035 Qty. 2ea; sample sorbent tubes designed for general all purpose sampling to be used with the tube holder. Line Item 0007: 3 Liter Tedlar Bags - Qty. 10; Item Number: 023-4039 Qty. 2ea; 3 liter volume sampling bags are used for capturing higher concentrations of gases and vapors. Line Item 0008: RespondeR RCI Partnership Package; Item Number: 024-1005; the responder is a portable spectrometer for the chemical identification of unknown solids and liquids. Includes: 12VDC or 115/240 VAC 50/60 HZ, pelican hardened shipping case, sealed data compartment-inc. USB ports and power port, internal battery, battery charger, 300 sample vials, USB storage device - 64 MB storage capacity, USB CD-ROM for software and library updates or installation, keyboard to be used with Responder system, 1 year standard warranty and partnership program plus an additional 3 year partnership program extention for a total of 4 years, one day on-site training at customers site for up to 16 people. Partnership program (free software updates, all parts and labor to repair system in the event of a malfunction, free loaner, responder refresher course for 1 person per year at a 1 day regional training course, 24/7 reachback access. Included libraries: raman berve and blister agents, raman common chemicals, raman explosives, raman forensic drugs, raman common white powders. Line Item 0009: HazMat/RespondeR RCI communications upgrade; Item Number: 024-2000; includes the hardware and software required to upgrade the HazMat ID to communicate wirelessly with the RespondeR. HazMat ID must be returned to the factory for upgrade. Interested offerors must submit specification sheets, manufacturer, and part numbers. FOB destination delivery date of 28 April 2007 to Tracy CA 95304-9150 and marked for 18 MDSS/SGSL, Unit 5268 Bldg. 626 APO AP 96336-5268 Kadena AB Japan. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications listed above. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 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, to include clauses: 14,16,17,18,19,20,22,23,26, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Service of Protest: FAR 52.233-2, Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.233-70, Protest Content, 852.233-71, Alternate Protest Procedures, 852.270-4, Commercial Advertising, 852.273-70, Late Offers. Full text of clauses are available @ www.arnet.gov. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Kimberly Hannan, no later than 4:00 P.M. eastern daylight time on 19 February 2007. Contact Kimberly Hannan, Purchasing Agent, via e-mail at Kimberly.hannan@ft-detrick.af.mil or FAX 301-619-3613.
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT;SAN JOAQUIN;CCP WHSE 30;256 SOUTH CHRISMAN ROAD;TRACY CA
Zip Code: 95376-9150
Country: USA
 
Record
SN01225820-W 20070207/070205220356 (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.