Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

66 -- Mass Spectrometer - Contract Data Sheet

Notice Date
8/22/2008
 
Notice Type
Contract Data Sheet
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-08-R-QFSA77
 
Point of Contact
John K. Macy,, Phone: 2024753249, Bruce D Eades,, Phone: 202-475-3252
 
E-Mail Address
john.k.macy@uscg.mil, bruce.d.eades@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The Government intends to award a Firm-fixed Price contract using FAR Part 12. The solicitation reference number is HSCG23-08-R-QFSA77. This requirement is issued as a Request for Proposal (RFP). This RFP, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC). This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 334516. The anticipated date for contract award is September 11, 2008. The Coast Guard is seeking to procure a Thermo Fisher Scientific Isotope Ratio Mass Spectrometer (IRMS) or equal. The Contract Line Item Numbers, Quantities, and Units of Measure are: CLIN 00001:Thermo Fisher Scientific Delta V Advantage Mass Spectrometer (including triple connector) P/N: 0723652 or equal. QTY: 1 Ea; to include delivery, installation, 3 days of on-site training & warranty. CLIN 00002:6KVA Transformer/Power Conditioner with UPS backup capable of powering all equipment for a minimum of minutes of 30 minutes in the event of a power failure. P/N:222223900 QTY: 1 Ea; to include delivery, installation & warranty. CLIN 00003: Dell 1700 Laser Printer, P/N 1063385 or equal QTY 1 Ea to include delivery, installation & warranty CLIN 00004: Conflo-IV Universal Interface for Continuous Flow Prep Devices, P/N: 1137202 or equal. QTY: 1 Ea to include delivery, installation & warranty. CLIN 00005: Costech ECS 4010 Combustion with Data Acquisition Software Kit (C&N) P/N: 9999-9999 or equal, QTY: 1 Ea to include delivery, installation & warranty CLIN 00006: Zero-Blank Auto-Sampler, Control Module, Non-Stackable P/N: 9999-9999 or equal QTY: 1; Ea to include delivery, installation & warranty CLIN 00007: Upgrade Consumables for S Analysis P/N: 9999-9999 or equal QTY: 1; Ea to include delivery, installation & warranty CLIN 00008: Spares and Consumables for Delta IV, P/N: 1191360 or equal QTY: 1; Ea: to include delivery, installation & warranty CLIN 00009: Gas Bench-II Interface and Sample Prep Device, P/N: 0722264 or equal. QTY: 1 Ea to include delivery, installation & warranty. Specifications NOTE: Proposed system must comply with the following specifications to be considered eligible for award. a)SPECIFICATION: Magnet system i.Electromagnet, suitable for measurement of CO2, N2, SO2, CO, DH ii.Under complete software control b)SPECIFICATION: Ion source i.The ion source should be easily accessible for ease of replacing filaments Procedure for removal and reinstallation of ion source should be specified. ii.Tuning should be under complete software control iii.Desirable: All performance specifications should be met with the same filaments; i.e., changing filaments when changing gas species is not desirable. iv.Sensitivity EXPECTATION: approximately 1500 molecules of CO2 at the source/molecular ion at the collector (must state sensitivity and how measured). c)SPECIFICATION: Collectors a.At least a universal triple collector (may have more collectors). b.Collector system must allow the measurement of CO2, N2, SO2, CO. It should also be possible to extend the collector array to allow collection of additional masses for measurement of DH isotopes i.Desirable: Capable of static multicollection of different compounds (N2-O2-Ar-CO2). ii.Linearity EXPCTATION: <0.02 ‰ per nanoamp ion current. (must state linearity and how measured) iii.The following features are Desirable: 1.Collector amplifiers able to handle up to a wide range of signal voltages; the working range of signal voltages should be stated. 2.If there are multiple resistors within the amplifiers they should be switchable from the software. This may allow the analysis of enriched samples in the same batch with natural abundance samples, producing a wide range of signal strengths. 3.Internal radiant heating of the ion source, or some other means of keeping the water background at low levels, reducing the need for bakeout procedures, which can decrease the life expectancy of the vacuum sealing system. This is especially true for the SO2 reference inlet. 4.Construction and design of ion source and vacuum system should be such that memory is minimized. Any such features should be well described. 5.The mass spectrometer should be configured to allow the addition of differential pumping (if applicable) as a simple upgrade, if so desired. d)SPECIFICATION: Electronics i.The dynamic range of the collector amplifiers should allow collection of signals over a dynamic range of 1000-5000 (5000 is desirable), corresponding to 10 mV to 50V. ii.The upper bound to the signal should be at least 10 Volts, and preferably 50 Volts iii.Desirable: It should be possible to extend the range of the amplifiers for measurement of 15N enriched samples (see 1.h.ii above). For example, 1.change the value of the high ohmic resistor on m/z 29 or m/z 30. iv.Desirable: Full access to all test points and source electronics, without any requirement for board extensions. e)D SPECIFICATION: DATA SYSTEM Data system for control of mass spectrometer, data acquisition, and data reduction a.Phase isolation transformer and power conditioner b.Computer with all software installed c.Software operating system must be compatible with Windows NT or XP d.Software must be capable of fully automated peak centering in CF mode. e.It should be possible to make a decision to quit or continue based on output on screen. f.Software must allow full access to all raw data and processed data, full access to ion correction algorithms and intermediate data, and full access to raw data integrity and sample identity. i.Software must contain documented routines for corrections of all measured delta values. These routines should be applicable to measurements made on all sample preparation devices and all inlet systems. g.Desirable: Automatic data storage on any external storage device. h.Desirable: The software should allow ready definition of novel inlet systems, allowing the addition of valves, traps, splits, and ovens; the software should provide control and automation of all interface functions during data acquisition. f)SPECIFICATION: COMPUTER CONTROL a.Desirable: The following should be under computer control: i.switching between resistors on the same amplifier (if they contain 2 or more resistors). ii.dilution of the sample and reference gases from continuous flow peripherals: 1.Elemental Analyzer 2.Headspace sampling of the carbonate prep. system. b.The software should have a fail-safe mode that will stop the EA operation if the mass spectrometer is not functioning properly (please specify details). g)SPECIFICATION: Elemental Analyzer (EA) for analysis of Carbon, Nitrogen and Sulfur stable isotope ratios and elemental composition. a.Zero-blank autosampler (must specify configuration) b.It must be possible to undertake fully automated high precision isotopic analysis of CO2, N2, and SO2 from single combustions. c.Blank EXPECTATION: It must be demonstrated that the blank has only one source, and that it is possible to apply a linear blank correction. Procedure for blank correction and ability to accurately perform blank corrections must be documented. d.13C and 15N Small sample size EXPECTATION: The instrumental setup, must demonstrate capability of precisely and accurately analyzing samples in the size range down to ca. 10 g C or N. Documentation required. e.34S, small sample size EXPECTATION: Data must be shown to support ability to carry out precise and accurate analysis in the size range down to ca. 10 g S on unprepared plant tissue samples f.Elemental analysis SPECIFICATION must be given for precision of elemental analysis for C, N, and S. h)SPECIFICATION: Mass spec/Prep system interface. a.3 or more reference gas ports (5 is desirable) for permanent connection of reference gas cylinders. b.Variable helium flow rates, e.g., from 1-100 ml/min c.Expandable 2 or more preparation devices, to allow easy addition of future analytical capabilities. d.DILUTER, EXPECTATION: High C/N ratios or High N/C ratio samples: The linearity and accuracy of the sample size series must be specified for both 13C and 15N for a sample with high C/N and also one with high N/C. e.Reference injection SPECIFICATION: external reproducibility of reference injection pulses must be <0.1‰ f.Desirable features include: i.Automatic response adjustment of sample gas peaks by integration of decision making from the TCD signal from the EA. ii.Autodilution of both sample and reference gases over the complete dynamic range and under computer control. Computer controlled diluter, allowing dilution of CO2 from samples with large C/N. iii.The amount of dilution should be reproducible between runs. Dilution should be under computer control. i)SPECIFICATION: Carbonate/gas preparatory system a.C and O isotope ratios in carbonates. i.It is highly desirable to have performance specs (see Installation; below) published in the peer-reviewed scientific literature. b.The interface with the IRMS should allow the sample gas to be diluted with Helium, if necessary, and the injection of a reference gas pulse for standardization of the sample isotope ratio. c.C and O isotope ratios in dissolved inorganic carbon. Similar specifications as for carbonates. d.HEADSPACE SAMPLING should include i.Loop injection system, allowing repetitive sampling of a headspace sample, ii.Water removal via trap or some other mechanism iii.The software shall support multiple loop injections during a single analytical run j)SPECIFICATION: Upgrades: The system should be upgradeable to allow analysis of: a.DH isotopes in water samples, and b.DH and O isotopes in solid organic matter. c.The vendor should provide a current cost estimate for the upgrade, technical specifications, and precision/accuracy specifications for the upgrade(s). k)SPECIFICATION: Warranty: One year parts and labor. l)SPECIFICATION: Copyright of Data: Once purchased, the manufacturer will have no control as to how the instrument system or data produced by it are to be used by the purchaser. m)SPECIFICATION: Training Courses: a.The vendor must offer a formal hardware training course for the primary user as part of the bid. Training courses should be regularly scheduled. REQUIREMENT: The vendor should submit a copy of training schedule for current year, along with the published syllabus and documentation. b.The vendor must offer regularly scheduled formal applications training courses for users. REQUIREMENT: The vendor should submit a copy of schedule for current year, along with the published syllabus and documentation. n)SPECIFICATION: After sales support a.Vendor must have U.S. isotope service organization, for which documentation is required, including full disclosure of names, locations, training, and years of experience. b.Vendor must have U.S.-based parts stocking, for which documentation is required. c.Availability of telephone support, including telephone numbers and email addresses must be specified. o)SPECIFICATION: Installation i.Delivery ii.In place setup and installation iii.Set of standards for tests/calibration iv.Verification of performance of spec after setup 1.C and N isotopes and elemental composition on solid organic samples. On installation, the instrument (IRMS + elemental analyzer) should meet the following specifications. a.Precision SPECIFICATION for 13C and 15N, normal-sized samples (>50 g C and N): <0.1‰ s.d. for 13C and <0.25‰ for 15N from single analysis with precision of 1% or better for elemental analysis. b.Precision SPECIFICATION for 13C and 15N, small samples: 0.2‰ for 5 g C; 0.4‰ for 10 g N c.Linearity EXPECTATION must be given for a range from 0.8V to 8 V, and must be supported by data showing linearity of ratios 29/28, 30/28 (for N2), 45/44 and 46/44 (for CO2). v.Highly desirable: to have similar specs published in the peer-reviewed scientific literature. 2.S isotopes and elemental composition on solid organic samples. On installation, the instrument (IRMS + elemental analyzer) should meet the following specifications i.< 0.3‰ s.d. or better for 34S with precision of 1% or better for elemental analysis in single element analysis mode. ii.It is highly desirable to have similar specs published in the peer-reviewed scientific literature. 3.The combined instrument (IRMS + carbonate/gas headspace analysis unit) should have a precision of + 0.1 ‰ for C and + 0.1 ‰ for O isotope ratios using delta notation. Date of Delivery: 180 days after receipt of order. Inspection and Acceptance: a. The Contracting Officer or the duly authorized representative will perform inspection and acceptance of supply to be provided. b. For the purpose of this contract, the Contracting Officer’s Technical Representative is the authorized representative of the Contracting Officer. c. The Contracting Officer’s Technical Representative will inspect and accept each deliverable IAW specifications as follows: "Acceptance will be completed upon installation of the IRMS system, completion of 3 days of on-site training, and a successful test with the spectrometer operating within the specifications outlined in the specification section (above): d. This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. 52.246-2 Inspection of Supplies – Fixed-Price (AUG 1996) f. Acceptance may be presumed unless otherwise indicated in writing by the Contracting Officer or the duly authorized representative within 30 days of receipt of deliverables. FAR Provisions: The provision 52.212-1 Instructions to Offerors—Commercial Items applies to this acquisition. As prescribed in 12.301(b)(1), insert the following provision: INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JUNE 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Among those included is evidence that the offeror has a minimum of three (03) years experience in manufacturing, designing, and supplying Isotope Ratio Mass Spectrometers. Other items included may be product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (j) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) The provision 52.212-2 Evaluation—Commercial Items applies to this acquisition as follows: EVALUATION—COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. TECHNICAL APPROACH: Sub-factor 1: The Government will evaluate the technical capability of the item offered to determine the vendor’s ability to provide the product meeting the USCG specifications. Vendors shall provide sufficient and detailed related information to clearly demonstrate the vendor’s capability to provide products meeting these specifications. b. RELEVANT PAST PERFORMANCE: Relevant past performance includes three (03) years experience in manufacturing and maintenance support of Isotope Ratio Mass Spectrometers (IRMS). Vendors shall complete the designated section of the Contract Data Sheets (Enclosure 1) for up to three of their most recently completed Federal Government contracts (not to exceed three years since completion) in which the vendor built and supplied an Isotope Ratio Mass Spectrometers (IRMS). The Contractor shall forward the Contract Data Sheet to the contract specialist listed on the document with the offeror. The Contractor is NOT to fill out the questionnaire section of the Data Sheet. The questions provided are typical of but no limited to type of questions will be asked of the past performance source. If the vendor does not have any Federal Government contracts, then list state, local, or commercial contracts, in that order. Responses shall be brief and concise. Data submitted other than that requested on the Contract Data Sheets will not be considered. Failure to submit Contract Data Sheets shall be considered certification that the Contractor has no past performance for the Government to evaluate. A vendor’s lack of relevant past performance will be rated as neutral. The Government reserves the right to contact references other than those listed in the vendor's proposal. c. PRICE: The Government will evaluate the total overall price to determine price reasonableness. Vendors shall provide their total proposed price to meet the requirements outline in the specifications. Basis of Award: This order shall be awarded to the vendor determined to represent the best value to the United States Coast Guard. Overall technical approach is considered to be more important than past performance; however, technical approach and past performance combined are more important than price. As the technical evaluation scores converge, price may become more important. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following FAR provisions are incorporated by reference: The provision 52.212-3 - Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors are advised to submit a completed copy of the provision with their offer. The provision 52.212-4 - Contract Terms and Conditions - Commercial Items applies to this acquisition. The provision 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. Additional FAR and HSAR clauses: The following FAR clauses are incorporated by reference: 52.203-7, Anti-Kickback Procedures (Jul 1995) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-1, Buy American Act—Supplies (June 2003) 52.225-5, Trade Agreements (Nov 2007) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-30, Installment Payments for Commercial Items (Oct 1995) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following HSAR clauses/provisions are incorporated by reference: HSAR 3052.209-70 – Prohibition on contracts with corporate expatriates (DEC 2003) HSAR 3052.209-72 Organizational conflict of interest (JUN 2006) CG-912 CLAUSES: CG-9121 - ORGANIZATIONAL CONFLICTS OF INTEREST FOR CONTRACTS AWARDED BY THE U.S. COAST GUARD OFFICE OF CONTRACT OPERATIONS (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor’s organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor’s objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (END OF CLAUSE) A.1 Delivery Location The Offeror must meet COMPANY NAME Isotope Ratio Mass Spectrometers (IRMS) specifications in order to be eligible for award. The supplies shall be delivered to USCGA at following location using FOB Destination: US Coast Guard Academy Smith Hall 15 Mohegan Avenue New London, CT 06340 All responsible sources may submit a proposal which shall be considered by the United States Coast Guard. Responses are due by September 04, 2008 no later than 16:00 ET to the following email address john.k.macy@uscg.mil. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Any questions or concerns regarding any aspect of this RFP shall be forwarded to the Contract Specialist, John Macy via e-mail, john.k.macy@uscg.mil, by August 27, 2008 no later than 16:00 ET. When responding, please include the RFP number on the subject line. To verify receipt of your response, please contact the contract specialist, John Macy by e-mail at john.k.macy@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d09cbfcbb4b928753fdcef9519aea5f&tab=core&_cview=1)
 
Document(s)
Contract Data Sheet
 
File Name: Past Performance of previous awarded contracts in similiar value and scope of work. (CONTRACT DATA SHEET.doc)
Link: https://www.fbo.gov//utils/view?id=0f1019120811c1844a2e8c9ce8bb6f1c
Bytes: 45.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor's Facility, New London, Connecticut, 06340, United States
Zip Code: 06340
 
Record
SN01648096-W 20080824/080822221032-2d09cbfcbb4b928753fdcef9519aea5f (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.