Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

66 -- AEROSOL MASS SPECTROMETER

Notice Date
2/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-08-T-0027
 
Response Due
3/11/2008
 
Archive Date
5/10/2008
 
Point of Contact
riyadh.saud, 435-831-3429
 
E-Mail Address
Email your questions to ACA, Dugway Proving Ground
(riyadh.saud@us.army.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 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 procurement is subject to availability of funds. This is for the acquisition of: (Mass spectrometer). PURSUANT TO FEDERAL ACQUISITION REGULATION19.5.THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. The U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: CLIN1. (1 EACH) Mass spectrometer cover 0-600 amu. Aerodynamic particle sizing. Optical particle sizing. Data analysis soft ware. Aerosol inlet for particles from 50 nm to 1 um. Aerosol vaporization by thermal heating. Ability to determine single particle chemical composition. Data processing must give data in real time along with post processing. Ionization source must be elec tron impact (70eV) for the MS. System must be operational for both laboratory and field testing. System must have proper pumping and pressure monitoring to operate the MS. System must be able to determine the amount of each chemical detected from the aeros ol System must have 110V AC/60 Hz. Full description of battery operation for field testing. Organic chemical detection limits of less than 0.5 mg/m3. Data rates faster that 10 Hz. This announcement constitutes the only solicitation requested and a writt en solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-08-T-002 7. All firms responding must be registered with the Central Contractor Registration (CCR). The Federal Supply Class (FSC) is (6650). The Standard Industrial Classification (SIC) is (3826). North American Industrial Classification Standard NAICS is (3 34516). Size standard is 500 employees. All replies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal, DFARS 252.211-7003 Item Identification and Valuation.DFAR252.232-7010 Levies o n Contract Payments. FAR 52.212-1, Instructions to Offerors  Commercial Items; FAR 52.212-3; Offeror Representations and Certifications - Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions  Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.203-6, FAR 52.2 19-6, 52.219-8,FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26, 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-50, FAR 52.225-13 and FAR 52.232-33.Osha Standards. Dfar 252.212-7000 Offeror Representation and Certifications- C ommercial items. (JUN 2005). The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation:DFAR 52.203-3, GRATUITIES, DFARS 252.225-7012, PERFEREENCE FOR CERTAIN Domestic Commodities( JAN 2007), DFAR 252.225-7021, Trade Agreements (mar 2007), DFARS 252.227-7015 Technical dataCommercial Items ( NOV 1995) DFARS 252.22-7037Validation of Restrictive Markings on Technical Data( sep 1999), DFARS 252.232-7003, Electronic Submission of P[ayment Requests (mar 2007), DFARS 7023 ALT I, Transportation of Supplies by Sea. The following FAR clauses are inco rporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, -Accountable Property Officer, Building 5464, Dugway Prov ing Ground, Dugway Utah, 84022-, and DFARS 252.204-7004 Alt A, Central Contractor Registration, 52.223-3 Hazardous Material Identification And Material Safety Data. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Loca tion of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees. All quotes must be emailed to Mr. Riyadh, Saud at r iyadh.saud@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Riyadh Saud at riyadh.saud@us.army.mil. All Quotes must contain (W911S6-08-T-0027 as a reference). Quotes are due no later tha n 05:00 PM (prevailing local time at U.S. Army Dugway Proving Ground, Utah) TUESDAY, MAR 11, 2008.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01505677-W 20080213/080211225706 (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.