Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
MODIFICATION

99 -- Partical Counter

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
 
ZIP Code
87117-5606
 
Solicitation Number
Reference-Number-F2KBAD7102A001
 
Response Due
5/17/2007
 
Archive Date
6/1/2007
 
Point of Contact
Anita Zambrano, Procurement Clerk, Phone 505-846-4529, Fax 505-8468925,
 
E-Mail Address
anita.zambrano@kirtland.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334516, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAB7102A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2005-15 effective 12 Feb 07. The Government intends to award the following : (CLIN 0001) Laser Aerosol Particle Counter Laser, Particle Measuring Systems LASAIR ?II-110, item 101110 (Brand name or equal) QUANTITY: 1 EA Portable aerosol particle that monitors 6 size channels (0.1, 0.2, 0.3, 0.5, 1.0, and 5.0 um) with a sampling rate of 1 CFM. This NIST Calibration particles used for the 0.1um channel were verified by differential mobility analysis. The system features a built-in thermal printer, color LCD display, enhanced user interface(both soft keys and alphanumeric keypad), and low maintenance pump. Chassis and screen are chemically-resistant, ESA/ESD-complaint and easy to clean. Both pump and chassis outputs are filtered. System performs statistical calculations and outputs final reports for ISO 14644-1, FS209E, and BS5295 certification. Up to 3.000 samples can be saved, reviewed, sorted and printed. Comprehensive alarm system. Compatible softyware packages (sold seperately) include Facility Net Pharmaceutical Net. LASAIR II includes a mounting port for an optional temperature/relative humidity probe, and accepts up to 4 analog 4-20 mA inputs from external enviromental sensors. It features Ethernet and RS-232 outputs, plus optinal 4-20 mA out put. The capability to sample with Aersol Maniford II and HHIPA is also standard. The LII-110 comes with printer paper, sample probe, sample tubing, zero count filter power cord spare fuse and operator?s manuel as standard accessories. AUSB port is included as well as one memory key. This will allow for the quick download of all stored samples and also for the use of an optional USB keyboard to enter and edit location names. Includes three year warranty on the laser module and a two-year warranty on the balance of the unit. PMS service may choose to replace malfuntioning lasers with a refurbished laser module. Dimentions: 17.6D x 13.9Wx 12.6H inches (44.8D x 35.2W x 32.1H Cm) Weight: 36 lb DESIRED DELIVERY DATE: NO LATER THAN 25 June 2007 FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.212-1, 52.204-7, 52.212-3 Instructions to Offerors-Commercial Items; 52.211-6; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2 & technical suitability. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6 ; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33] 52.252-1, 52.252-2; Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph and (b) the following clause applies 252.225-7002, 252.225-7001, 252.204-7004, 252.232-7003, 252.247-7023, 252.247-7023Alt III; All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. All offers are due no later than 22 May @ 3:00pm (Mountain Standard Time. Offers may be mailed to 377 CONS/LGCA, Base Support Flight, ATTN: Denise Zambrano, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, email to anita.zambrano@Kirtland.af.mil, fax to (505) 846-8925, or call (505)-846-4529. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/Reference-Number-F2KBAD7102A001/listing.html)
 
Place of Performance
Address: 377Cons/Base Support Flight 2000 Wyoming Blvd SE Bldg 20604 Room B-22 Kirtland AFB, NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01296335-F 20070518/070516222339 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.