Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

66 -- Ion Chromatography System

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
SPMYM1 DLA NORFOLK NAVAL SHIPYARD CONTRACTING DIVISION (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
SPMYM111T0202
 
Response Due
9/22/2011
 
Archive Date
10/1/2011
 
Point of Contact
Ronda Jones 757-396-8023
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.1, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM1-11-T-0202. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index/htm. The NAICS code is 334516 and the Small Business Standard is 500 employees. This is an unrestricted solicitation. Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources on the following: CLIN 0001, REQN: N4215811999538, QTY (1) each, Ion Chromatography System meeting the following specifications: Minimum requirements for an Ion Chromatography System. The system will be used to analyze anions, chloride, fluoride, sulfate, nitrite, and nitrate. 1.0REQUIREMENTS. 1.1General Information and Coverage. The equipment shall be one of the manufacture s current production models, new and unused, capable of performing its intended function in accordance with the operation and performance requirements specified herein. The equipment shall be complete so that when connected to the utilities and attachments specified herein, it can be used for any function for which it is designed and constructed. 1.1.1Current Production Model. The equipment offered shall be a current production model. A current production model is defined as the manufacture s current production model which, on the date this specification is issued, has been designed, engineered and sold, or is being offered for sale through advertisements or manufacture s published catalogs or brochures. Products such as prototype units, preproduction models, or a highly modified current production models, where major components have been redesigned to meet the requirements of this specification, do not qualify as meeting this requirement. 1.2Definition. The equipment shall consist of, but is not limited to the following principal components, attachments and accessories necessary to meet the requirements specified herein: Ion Chromatography System (IC) with touch screen display, pump, eluent generator, column heater, conductivity detector, degasser, and injection valve. Reagent Free eluent generator Autosampler with tray Computer with keyboard, mouse, and printer Chromatography software using Windows XP operating system or better 1.3Salient Characteristics. The ion chromatography system shall have the following salient characteristics: 1.3.1Performance Characteristics. 1.3.1.1The ion chromatography system shall be compliant and capable of meeting all of the requirements of USEPA method 300.0, Determination of Inorganic Anions by Ion Chromatography. Failure to be capable of meeting this method will eliminate the system from consideration. 1.3.1.2The ion chromatography system shall have reagent free capabilities. 1.3.1.3The ion chromatography system shall automated eluent generation capabilities. 1.3.1.4The ion chromatography system shall be able to accommodate varying column sizes. 1.3.1.5The ion chromatography system shall have a column heater. 1.3.1.6The autosampler shall have a minimum of 50 sample vial positions. 1.3.1.7The ion chromatography system shall be able analyze for chloride, fluoride, sulfate, nitrite, and nitrate. 1.3.1.8The ion chromatography system shall a touch screen display that shows temperatures, pressures, and flow rates. 1.3.1.9The ion chromatography system shall have a KOH reagent free eluent cartridge 1.3.1.10The ion chromatography system shall have dual pump heads. 1.3.1.11The ion chromatography system shall have operating software compatible with Microsoft Windows based applications. 1.3.1.12The ion chromatography system shall include a computer, monitor, printer, keyboard, mouse, and rewritable drive. 1.3.1.13The ion chromatography system shall be equipped with chromatography software for ion integration and assignment. 1.3.1.14The ion chromatography system shall have easy access for routine maintenance and troubleshooting. 1.3.1.15The ion chromatography system shall be able to track usage and schedule routine maintenance 1.3.1.16The ion chromatography system shall come with spare parts and extra consumables. 1.3.2Physical Characteristics. 1.3.2.1Dimensions. This equipment shall be a bench-top model. 1.3.3Maintainability. The machine design and configuration shall permit direct access for adjustments/testing/replacement of components. Removal and replacement of equipment components shall require the removal of the minimum number of other equipment components. 1.3.4Environmental conditions. This equipment and associated accessories shall be designed and constructed such that, under the operating, service, transportation and storage conditions described herein, the equipment shall not emit materials hazardous to the ecological system as prescribed by federal, state, or local statutes in effect at the point of installation. 1.4Design and Construction. This machine shall be constructed of parts which are new or reclaimed, without defects and free of repairs. The machine structure shall be capable of withstanding all forces encountered during operation of the machine to its maximum rating and capacity without permanent distortion. 1.4.1Safety. Covers, guards, or other safety devices shall be provided for all parts of the ion chromatography system that present safety hazards. The safety devices shall not interfere with operation of the equipment. The safety devices shall prevent unintentional contact with the guarded part, and shall be removable to facilitate inspection, maintenance and repair of parts. All parts, components, mechanism, and assemblies furnished, whether or not specifically required herein, shall comply with the requirements of OSHA 2206 that are applicable to the equipment itself. 1.4.2Human engineering. All operating controls shall be convenient to the operator at his/her normal work bench. The equipment shall be designed and manufactured to minimize the possibility of human error and to ensure human machine compatibility. 1.5Documentation. Technical operating manuals shall be provided in accordance with MILM-7298..As a minimum, two (2) manuals shall be provided. 1.6Installation. Vendor shall include complete and total on-site installation of the ion chromatography system, accessories, and computer. Installation of the required utilities shall be the responsibility of the Government. Connection to the utilities and any required hardware or other connection devices shall be the responsibility of the vendor. 1.7Training. Once the installation is complete, the vendor shall provide minimum of (8) hours of training for a minimum (2) qualified Chemists on proper operation, maintenance, and set up of the instrument 2.0QUALITY ASSURANCE PROVISIONS 2.1Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements(examinations and tests) as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his or her own or any facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the government. The government reserves the right to perform any of the inspections set forth in this specification where such inspections are deemed necessary to ensure supplies and services conform to prescribed requirements. 2.1.1Responsibility for Compliance. All items shall meet all requirements of Sections 3 and 5. The absence of any inspection requirements in the specification shall not relieve the contractor of the responsibility of ensuring that all products or supplies submitted to the government for acceptance comply with all requirements of the contract. 2.2Methods of inspections. 2.2.1Operational test. The system provided shall be tested by the receiving activity personnel under the observation of the contractor to verify proper operation in accordance with the requirements of this specification. Satisfactory completion of all testes is inherent in the specification and any cost associated in the correction of any defects shall be the responsibility of the vendor. The system provided will be operated for a minimum period of 8 hours without the need for correction of any defects. Proper operation and function of the system and its controls, and other associated accessories shall be verified during this trial period. 2.2.2Examination. The equipment provided will be visually and physically examined for design construction, material construction, material components, electrical equipment, workmanship, form, fit and function to determine compliance with the requirements of this specification. 2.2.3Warranty. The vendor shall provide, as a minimum, a (1) year warranty for the ion chromatography system and its associated accessories. The vendor shall provide next business day parts and labor necessary to maintain a fully functioning system during the warranty period. The vendor shall detail the terms of the warranty in the proposal. 3.0PREPARATION FOR DELIVERY 3.1General. Preservation and packing shall be in accordance with ASTM-D3951-88, Standard Practice for Commercial Packaging. 3.2Marking for Shipment. Marking shall be in accordance with MIL_STD_129J, Marking for Shipment and Storage. In addition, the following markings shall be on the equipment packaging: NOT FOR OUTSIDE STORAGE Contract Number 3.3Shipping. The equipment and its accessories shall be shipped by the best commercial method available. Vendor shall annotate their best delivery date(s) in their quotes. Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209.6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Vets 52.225-13 Restrictions on Certain Foreign Purchases; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.215-6 Authorized Deviations in Clauses. 52.247-34, F.O.B Destination. Quoter shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.209-7001 Disclosure of Ownership of Control by a Foreign Government DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate; 52.203-3 Gratuities DFARs 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals DFARS 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals DFARS 252.225-7012 Preference for Certain Commodities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, and ALT I. DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea and ALT III DFAR 252.204-7003 Control of Government Personnel Work Product. DFAR 252.223-7008 Prohibition of Hexavalent Chromium. DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation. All clauses shall be incorporated by reference into any eventual purchase order. DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate. All clauses shall be incorporated by reference into any eventual purchased order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 2:00 p.m. on 22 Sep 2011. Contact Ronda K. Jones who can be reached at 757-396-8023 or email ronda.jones@navy.mil, fax 757-396-8017. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer Notes WAWF Invoice TypeCOMBO Contract Number Delivery Order Number Issuing Office DODAACSPMYM1 Admin Office DODAACSPMYM1 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158 Acceptance At Other Local Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher s only) Paying Office DODAACN68732 Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole ** End of Combined Synopsis/Solicitation **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6cdfac33ea1fb1c7b23a8fea07b8ba74)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, VA
Zip Code: 23709
 
Record
SN02580653-W 20110918/110917000445-6cdfac33ea1fb1c7b23a8fea07b8ba74 (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.