Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1999 PSA#2334

Centers for Disease Control and Prevention (CDC), Procurement and Grants Office, FCC & E Section, Mailstop (K-71), 2920 Brandywine Road, Atlanta, GA 30341-4146

66 -- DIOXIN-PREP SAMPLE SYSTEM SOL 1999C00123 DUE 051399 POC Grace White, Contract Specialist, (770) 488-2699 The Centers for Disease Control & Prevention/National Center for Environmental Health, intends to award a one year requirements type contract for the purchase of automated dioxin analysis systems. Specifications for the system are as follows: A closed system capable of low pressure chromatography (up to 30 psi with automatic shutoff for pressures greater than 30 psi), fully programmable via PC. Control system software for the PC to be included. Pump flow rates may vary between 5 and 15 milliliters per minute. All pumps, valves, and transfer lines must be compatible with organic solvents (like hexane and dichloromethane) and made of Teflon or Teflon-lined. All pumping connections must be made using organic solvent resistant fittings with 1/4-28 threads. The system must be capable of processing five (5) silica, five (5) alumina, and five (5) carbon columns, but each module with independent safety shut-off switch. The system must be able to supply Teflon columns (1/4-28 threads) packed with silica (acid, basic, and neutral), basic alumina, and AX21 carbon according to CDC method requirements; able to collect eluates in the forward direction after alumina column, eluates in the forward direction from carbon column and eluates in the reverse direction from the carbon column; and able to collect multiple fractions from alumina and/or carbon columns in the forward directions. Delivery and installation will be to CDC/NCEH, 4770 Buford Highway, Atlanta, GA. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is a Request for Quote. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-xx. The Standard Industrial Classification (SIC) code for this procurement is 3826; the small business size standard is 500 employees. The FOB point shall be Destination, Atlanta, Georgia. The acceptance location is at CDC/NCEH, 4770 Buford Highway, Atlanta, GA. Delivery is desired within 60 days after issuance of an order. Equipment to be provided with a one year warranty. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors Commercial Items (with addendum incorporating FAR 52.204-6, Contractor Identification Number Data Universal Numbering System (DUNS) Number; FAR 52.214-34, Submission of Offers in the English Language, FAR 52.214-35, Submission of Offers in U.S. Currency and FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data); FAR 52.212-2, Evaluation Commercial items (with the following evaluation criteria in Paragraph (a): "compliance with all specification requirements, past performance and price; technical merit and past performance is significantly more important than cost or price"); FAR 52.212-4, Contract Terms and Conditions Commercial Items (with addendum incorporating FAR 52.203-3, Gratuities, FAR 52.216-18, Ordering (with text fill-in "from date of award through one year after the date of award"); FAR 52.216-19, Order Limitations (with test fill-ins as follows: "A quantity of one"; "a quantity of four (4)"; a quantity of four (4)"; ten (1) calendar days"; "five (5) calendar days"); FAR 52.216-22, Indefinite Quantity (with test fill-in "90 days after expiration of the contract term"); FAR 52.225-11, Restrictions on Certain Foreign Purchases, FAR 52.232-17, Interest and FAR 52.247-35, F.O.B. Destination, Within Consignee's Premises); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, with the following cited FAR clauses applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-24, Affirmative Action for Disabled and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and FAR 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program. All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, a copy of which may be obtained by calling the number given or faxing a request to (770) 488-2670 or 2671. The Defense Priorities and Allocations System (DPAS) does not apply. Proposals are due at 2:00 PM, May 13, 1999 to the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Contracts Management Branch, 2920 Brandywine Road, Atlanta, GA 30341-4164. Facsimile proposals are not authorized. Posted 04/26/99 (I-SN324351). (0116)

Loren Data Corp. http://www.ld.com (SYN# 0298 19990428\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page