Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- NIR SPECTROMETERS

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00919
 
Archive Date
9/17/2008
 
Point of Contact
Eric J Mose,, Phone: 404-253-1259, Regina R. Williams,, Phone: (870) 543-7012
 
E-Mail Address
eric.mose@fda.hhs.gov., regina.williams@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. (i) 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 is a 100% small business set-aside. (ii) The solicitation number is FDA-SOL-08-00919. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. (iv). The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for five Portable NIR Spectrometers with the following requirements: Five (5) NIR spectrometers Each instrument must meet the following specifications, and each instrument must include the following additional equipment. 1. Basic NIR spectrometer covering the wavelength range of from less than or equal to 1100 nanometers to greater than or equal to 2200 nanometers. 2. Wavelength resolution less than 10 nanometers. 3. Instrument must include a TE cooled and temperature stabilized InGaAs detector, and an integrated, high-intensity, long life tungsten light source, USB interface, and forced air cooling. 4. Instrument must be capable of interfacing to Grams/AI through a Grams "My Instruments" driver. 5. Instrument size: portable or handheld, weight, not to exceed 10 lbs, battery operated with rechargeable battery. 6. Instrument must include two battery packs, plus the recharger unit. 7. Instrument must include a travel case. 8. Instrument must include fiber-optically coupled probes to support measurement of small (less than 10 ml) and large (e.g., 55 gallon drums) volume solid and liquid samples, including a full immersion probe for liquids. Solid probe must be diffuse reflectance format, liquid probe must be transflectance format. 9. Instrument is capable of interfacing directly to a flexible data analysis software package such as Grams/AI and Grams/PLS/lQ. 10. Instrument includes a handtop computer, providing a Windows operating environment, and loaded with instrument control software. 11. Complete manuals describing the instrument, the software and their use. 12. One year warranty including parts and labor. 13. Quote must include shipping costs. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is 90 days, or less after receipt of order (ARO), to be delivered by December 5, 2008. FOB Point of Delivery for Services and Supplies provided will be the Food & Drug Administration, 1114 Market St, Room 1002, St. Louis, MO 63101. (vii) The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. (iv) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-50; 52.225-1; 52.225-3 Alt I; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Offers are due in person, by mail or fax on or before September 2, 2008 by 3:00 pm (Eastern Standard Time – Local Prevailing Time in Atlanta, Georgia), at Food and Drug Administration OM/OSS/OFFAS, Attn: Eric Mose, 60 Eighth St, NE, Atlanta, GA, HFR-SE1, Atlanta, GA 30309. (xv) For information regarding this solicitation, please contact Eric Mose @ (404) 253-1259, FAX (404) 253-2256, email eric.mose@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06222cdab8caefd82d5febb2596ee2e2&tab=core&_cview=1)
 
Place of Performance
Address: 1114 Market Street, Room 1002, St. Louis, Missouri, 63101, United States
Zip Code: 63101
 
Record
SN01649724-W 20080827/080825220932-06222cdab8caefd82d5febb2596ee2e2 (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.