Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

66 -- Digital Particle Size Analyzer

Notice Date
7/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-08-T-1046
 
Response Due
7/3/2008
 
Archive Date
9/1/2008
 
Point of Contact
Maribel, 928-328-6424
 
Small Business Set-Aside
N/A
 
Description
This amendment is issued to remove the Past Performance as an evaluation factor. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (Fac) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20080513 Edition. This solicitation is being issued as a Request for Quotation (RFQ) resulting in a Firm-Fixed Price contract. It is anticipated that payment will be made by Government Visa Payment Card. Offerer shall account for any costs associated with accepting Visa payment. Pursuant to FAR 19.502-2(a) it has been determined that it would be in the Governments best interest to dissolve the small business set-aside. The North American Industry Classification System (NAICS) is 334516 with a size standard of 500 employees. All perspective offerers must be actively registered in the Central Contractor Registration. Offerers may register online at http://www.ccr.gov. This contract will be for the procurement of the following Contract Line Item Number (CLIN): 0001, Quantity: 1, Unit of Issue: Each, Description: High Resolution Digital Laser Particle Size Analyzer to include the set-up and training. This analyzer shall meet or exceed the following criteria: 1. The analyzer shall be a high resolution digital laser particle size analyzer for automatic, high resolution particle size analysis. 2. The analyzers particle diameter detection range shall be at least 0.1 m to 1000 m, using a single wavelength and a single technique (not an ensemble technique). 3. The analyzer shall use a charge coupled device (CCD) detector that provides at least 450 true (not interpolated) detection points. 4. The analyzer shall include an automatic liquid sample handling unit with auto-dilution and auto-rinse capability. 5. The analyzer shall have a built-in ultrasonic probe. 6. The analyzer shall contain an abrasion resistant sample cell. 7. The analyzer shall include an autosampler that allows completely automated and unattended analysis of at least 15 samples. 8. The analyzer order shall include a computer and monitor provided by the manufacturer which contains all of the software and interfaces necessary to control the analyzer. 9. The analyzer control software and the accompanying computer must run under Microsoft Windows XP. 10. The included software shall allow for the export of sample data in a format which is readable by Microsoft Excel 2003. 11. The analyzer shall include a color printer which is compatible with the analyzers software and hardware. 12. The analyzer order shall include on-site (YPG) set-up of the analyzer and training provided by a company representative to instruct laboratory personnel on the proper use and operator maintenance to include any periodic alignment, calibration, and parts replacement for the analyzer. Installation will also include a system performance demonstration using primary standards to validate the system. The instruction shall include basic operation of the instrument for sample analysis; function of each accessory (e.g. ultrasonic probe, ultrasonic bath, etc); and use of the operating software to collect and print out sample data, export data to MS Excel, etc. The requirement specifications, this CSS, or any other pertinent information applicable to this solicitation are located at the U.S. Army Contracting Agency, Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-08-T-1046. All quotations shall include any costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365-9498. Arizona vendors are to include the Arizona Privilege Tax. Pursuant to FAR 52.212-2 the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. All quotations shall be clearly marked with RFQ reference number W9124R-08-T-1046 and emailed or sent to the Point of Contact (POC) below no later than 03 July 2008 at 3:00 PM Mountain Standard Time MST. In addition, all technical questions concerning this requirement must be emailed to the POC below no later than 01 July 2008 at 08:00 AM Mountain Standard MST. Offerers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (Jun 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Jun 2008) with Alternate I (Apr 2002). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. If the offerer has completed the annual representation and certification electronically at the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov/ then the offerer shall only be required to submit a signed copy of section (l)(2) of FAR clause 52.212-3. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerers Commercial Items (Jun 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Jun 2008) Alternate I (Apr 2002); FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007); FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2008) apply to this acquisition. Specific applicable clauses cited within FAR 52.212-5 are as follow: 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-21 -Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-50 -Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36 Payment by Third Party (May 1999); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008). DFARS Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), specifically 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.211-7003 Item Identification and Valuation (Jun 2005). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c63e8bac362509dcfbfb3e623a2a9e23&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01605765-W 20080704/080702220126-c63e8bac362509dcfbfb3e623a2a9e23 (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.