Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

66 -- ECS 3000/ULTIMATE 3000/MASS SPEC SYSTEM

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK07T0339
 
Response Due
3/26/2007
 
Archive Date
5/25/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-07-T-0338. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07. The North American Industry Classification System (NAICS) is 334516 and Small Business size standard is 500 employees. The government intends to award a firm-fixed price Purchase Order resulting from this combined synopsis/solicitation to be delivered at Aberdeen Proving Gr ound, MD for the following items: BRAND NAME JUSTIFICATION DIONEX CORP. PRODUCTS AS FOLLOWS: A) - #061712 DP GRADIENT - GRADIENT WITH DEGAS - 1 EACH/ B) - #062628 EO ELUENT ORGANIZER WITH FOUR 2L BOTTLES - 2 EACH; C) - #061714 EG ELUENT GENERATOR MODULE - 1 EACH; D) - #058900 ELUGEN II HYDROXIDE CARTRIDGE (EGC II) - 1 EACH; E) - #063773 DC WITH DUAL TEMPERATURE ZONES, TWO INJECTION VALVES, SB, - 1 EACH; F)- # 061740 AM AUTOMATION MANAGER WITH ONE 6-PORT HIGH-PRESSURE VALVE AND ONE LOW-P - 1 EACH; G) - #0619 61 6-PORT VALVE FOR DC OR AM - 1 EACH; H) - #061716 CD CONDUCTIVITY DETECTOR AND INTEGRATED CELL - 1 EACH; I) - #061718 ED ELECTROCHEMICAL DETECTOR (WITHOUT CELL) - 1 EACH; J) - #061756 ED CELL WITH REFERENCE ELECTRODE AND SPACER BLOCK - 1 EACH; K) - #0631 06 AS AUTOSAMPLER, WITH SAMPLE TEMPERATURE CONTROL OPTION - 1 EACH; L) - #060477 CR-ATC CONTINUOUSLY REGENERATED ANION TRAP COLUMN - 2 EACH; M) - #063175 EPM ELECTROTIC PH MODIFIER - 1 EACH; N) - #061686 EGC CARBONATE MIXER KIT. FOR USE WITH 4-MM COLUMNS - 1 EACH; O) - #063443 EGC CARBONATE MIXER KIT. FOR USE WITH 2-MM COLUMNS - 1 EACH; P) - #063368 ICS-3000 SERVICE INSTALLATION, SINGLE PUMP, - 1 EACH; Q) - #5035.0015 LPG-3400A - ULTIMATE 3000 QUATEMARY LOW-PRESSURE PROPORTIONING - 1 EACH; R) - #5035.9230 S RD-3600 - ULTIMATE 3000 INTEGRATED SOLVENT AND DEGASSER RACK, 6 CHL - 1 EACH; S) - #5722.0025 TCC-3200 - ULTIMATE 3000 THERMOSTATTED COLUMN COMPARTMENT WITH TWO INGTEGRATED MOTORIZED SWITCHING VALVES, 2X2 POSITION - 10 PRT, - 1 EACH; T) - #5074.0010 VWD-34 00-ULTIMATE 3000 4 CHANNEL VARIABLE WAVELENGHT DETECTOR - 1 EACH; U) - #674.0250 FLOW CELL FOR VWD-3X00, SST, 11 UL VOLUME, 10 MM PATHLENGTH - 1 EACH; V) - #5822.0020 WPS-3000TSL-THERMOSTATTED ANALYTICAL WELL/VIAL PLATE SAMPLER - 1 EACH; W) - #063116 MSQ P LUS MASS SPECTROMETER, COMPUTER, SOFTWARE - 1 EACH; X) - #062792 PRE-INSTALLATION KIT FOR MSQ - 1 EACH; Y) #060049 MSQ INSTALLATION - 1 LOT; Z) - #060726 CHROMELEON OPTION: MS CONTROL - 1 EACH; AA) - #060684 AUXILIARY PUMP KIT AXP-MS, 1 EACH; BB) - #057482 NITROGEN GAS GENERATOR - 1 EACH; CC) - #960708 LINE CORD, 3COND, NORTH AMERICA - 7 EACH; DD) - #057805 SUMMIT HPLC SYSTEM INSTALLATION - 1 LOT; EE) - #061364 CHROMELEON CHM-2-IC FOR IC - 1 EACH; FF) - #060730 CHROMELEON CLIENT OPTION-REPORT PUBLISHER: SUP PORTS CUSTOM EQUATIONS - 1 EACH; GG) - #060724 CHROMELEON CLASS 3 TIMEBASE - 2 EACH; HH) - #SP6751 BARNSTAD NANOPURE SYSTEM - 1 EACH; II) - #SP6750 TOC ANALYZER - 1 EACH; JJ) WARRANTY - YEAR N-SITE PARTS AND LABOR FOR HARDWARE; 90 DAYS ON CONSUMABLES AND SOFTWARE; KK) MANUAL-OPERATOR AND MAINTENANCE MANUALS - 1 EACH. The system must: 1. Have full control and digital collection available with Windows TM-based Chromeleon Chromatography Workstation via a USB high speed communication protocol. 2. Contain a bu ilt-in two-part USB hub. 3. Have inert, non-metallic PEEK components and metal contamination-free chromatography. 4. Have a dual pump configuration. 5. Be capable to display the status of piston seals, vacuum degassing, low wash solution, etc. 6. Have auto mated validation procedure for the pump available when operated with the Chromeleon Chromatography Management System. 7. Have integrated optical leak sensors an d operator alerts for maximum system safety. 8. Have integrated temperature control for the DC column compartment. 9. The injection and column switching valves in a temperature-controlled environment. 10. Have the capability to house one/two detector cells in the detector module. 11. Include digital signal processor with auto-ranging and auto-offset capabilities for precise amperometry and/or conductivity determinations over a wide range without user intervention. 12. Be upgradeable for future use to have d ual detection capability and be able to simultaneously control tw independent integrated electrochemical detection schemes (e.g. amperometry/amperomertry, conductivity/amperometry, or conductivity/conductivity). 13. Allow for advanced single-range digital output with operating range to 15,000uS full scale and alternate mode to permit dual-range analog signal output. 14. Have electrochemical detector with the capability to perform pH calibration, integrated amperometry, DC amperometry, 3D-waveforms, ratios o f different periods. 15. Be able to perform the acquisiition of multiple waveforms and integrated times in the same run. 16. Have amperometry cell that allows the use of interchangeable (Au, Pt, Ag, GC) and disposable electrodes (Au, Ag, GC). 17. Have the capability to allow three detection modes including DC amperometry, integrated-pulsed amperometry, and conductivit in a single eluent stream. 18. Have built in control for the Self Regenerating (SRS) and Atlas electrolytic suppressors. 19. Have suppressor control for the AES with at least 0-150 mA in 1 mA increments and for the SRS at least 0-500 mA in 1 mA increments. Suppressor must not require the use of extra pumps, valve or solid phase reagents to achieve eluent suppression. 20. Have single or dual p umps that must not require a pulse damper for virtually pulse free eluent delivery. Pressure ripple has to be equal to or less the +or-0.5%. The pump must be equipped with an algorithm automatically compensating the effects of changing eluents compressibi lity, system pressure, and system temperature. For a detailed description and specification, please contact Irene Mancuso at irene.mancuso@us.army.mil The contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The following clauses are in corporated by reference. 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items without addenda: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I ; 52.219-6 Notice Of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations On Subcontracting; 52-222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition Opportunity for Special Di sabled Veterans 52.222-22 Previous contracts and Compliance Reports; 52.223-11 Ozone-Depleting Substances; 52.225-4 buy American Act; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination; Acceptance shall be at destination; 252.204-7004 Alt A Central Contractor Registration; . Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with quotations. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items appl y to this acquisition. The full text of the FAR/DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil and http://www.acquisition.gov/comp/far/index.html. Questions must be signed, dated and received by 10:00 AM (Easter n Standard Time) on March 26, 2007 via fax at 410-306-3889 or email at irene.mancuso@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, ATTN: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. All quotat ions from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering on line at http://www.bpn.gov/CCR. For questions concerning this Request for Quotations, contact Irene Mancuso, Contract Specialist via email to: irene.mancuso@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. ASFI Homepage | ASFI FAQ Page | Forgot your user ID/password? FedBizOpps Posting Guide (.doc) | Email the ASFI Team
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01246709-W 20070310/070308220932 (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.